HomeMy WebLinkAboutResolution - 4736 - Contract - Zebra Constuction Company - ADA Curb Ramps - 02_09_1995Resolution No. 4736
February 9, 1995
Item #24
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to
execute for and on behalf of the City of Lubbock a Contract and all related documents by and
between the City of Lubbock and Zebra Construction Company to furnish and install all
materials as bid for the ADA Curb Ramps for the City of Lubbock, which contract is attached
hereto, which shall be spread upon the minutes of the Council and as spread upon the minutes of
this Council shall constitute and be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 9 th ' day of
ATTEST:
(�O-' A'k�
Betty MY. Johnson, City Secretary
APPROVED AS TO CONTENT:
Victor KilAian, Purchasing Manager
APPROVED AS TO FORM:
p
Assistant City Attorney
DGV:dp\Cr.\ccdocs\Zebra..Res
February 1, 1995
February 1995.
473(p
CITY OF LUBBOCK
SPECIFICATIONS FOR
A.D.A. CURB RAMPS - VARIOUS LOCATIONS
BID #13136
..� o� 6y
73
CITY OF LUBBOCK
Lubbock, Texas
ro
b
CITY OF LUBBOCK
REQUEST FOR BIDS
FOR
TITLE: A.D.A. CURB RAMPS - VARIOUS LOCATIONS
ADDRESS: LUBBOCK, TEXAS
BID NUMBER: 13136
PROJECT NUMBER: 9923.9240
CONTRACT PREPARED BY: PURCHASING DEPARTMENT
1.
2.
3.
4.
S.
6.
7.
8.
9.
10.
11.
12.
NOTICE TO BIDDERS
GENERAL INSTRUCTIONS TO BIDDERS
BID PROPOSAL - BID FOR LUMP SUM CONTRACTS
PAYNIENT BOND
PERFORMANCE BOND
CERTIFICATE OF INSURANCE
CONTRACT
GENERAL CONDITIONS OF THE AGREEMENT
CURRENT WAGE DETERMINATIONS
SPECIFICATIONS
SPECIAL CONDITIONS
NOTICE OF ACCEPTANCE
NOTICE TO BIDDERS
NOTICE TO BIDDERS
BID #13136
Sealed bids addressed to Ron Shuffield, Senior Buyer, City of Lubbock, Texas, will be received at the office of the
Purchasing Manager, Municipal Bldg., 1625 13th St., Room L-04, Lubbock, Texas, 79401, until 2:00 o'clock a.m. on the 18th day
of January,1995, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials and perform
all work for the construction of the following described project:
A.D.A. CURB RAMPS - VARIOUS LOCATIONS
After the expiration of the time and date above first written, said sealed bids will be opened by the Buyer at his office and
publicly read aloud.
It is the sole responsibility of the bidder to insure that his bid is actually in the office of Purchasing Manager for the City of
Lubbock, prior to the expiration of the date above first written.
The City of Lubbock will consider the bids on the 9th day of February,1995, at the Municipal Building, 1625 13th Street,
Lubbock, Texas, or as soon thereafter as may be reasonably convenient, subject to the right to reject any or all bids and waive any
formalities. The successful bidder will be required to furnish a performance bond and payment bond in accordance with Article
5160, Vernon's Ann. Civil St., in the amount of 100% of the total contract price in the event that said contract price exceeds
$25,000.00. Said statutory bonds should be issued by a company carrying a current Best Rating of B or superior, as the rating of the
bond company is a factor that will be considered in determination of the lowest responsible bidder. If the contract price does not
exceed $25,000.00 the said statutory bonds will not be required.
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's or certified check
issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety company, payable without recourse to
the order of the City of Lubbock in an amount not less than 5% of the total amount of the bid submitted as a guarantee that bidder
will enter into a contract and execute all necessary bonds (if required) within 10 days after notice of award of the contract to him.
It shall be each bidders sole responsibility to inspect the site of the work and to inform himself regarding all local conditions
under which the work is to be done. It shall be understood and agreed that all such factors have been thoroughly investigated and
considered in the preparation of the bid submitted.
The plans, specifications, proposal forms and contract documents may be examined at the office of the Purchasing Manager
for the City of Lubbock, Lubbock, Texas.
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, which document is specifically referred to
in this notice to bidders. Each bidder's attention is further directed to provision of Article 5159a, Vernon's Ann. Civil St., and the
r requirements contained therein concerning the above wage scale and payment by the contractor of the prevailing rates of wages as
f heretofore established by owner in said wage scale.
r�
l
r-
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
r� not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award.
There will be a pre -bid conference on 12th Slav of January,1995, at 10:00 o'clock a.m, in the Personnel Conference
Room 108, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
openings are available to all persons regardless of disability. If you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)
or 1625 13th Street Room L-04 at least 48 hours in advance of the meeting.
C OF LUB OCK
4eW
+� RON SHUFFLE
! SENIOR BUYER
r
i
ADVERTISEMENT FOR BIDS
BID # 13136
Sealed bids addressed to Ron Shuffield, Senior Buyer, Purchasing Department, City of Lubbock, Texas, will be received at
the Purchasing Office, Municipal Building, 1625 13th Street, Room L-04, Lubbock, Texas, 79401 until 2:00 o'clock D.m. on the
18th day of January, 1995, or as changed by the issuance of formal addenda to all planholders, to furnish all labor and materials
j^ and perform all work for the construction of the following described project:
A.D.A. CURB RAMPS - VARIOUS LOCATIONS
1 After the expiration of the time and date above first written, said sealed bids will be opened in the office of the Buyer and
publicly read aloud.
t
The plans, specifications, bid forms and contract documents may be examined at the office of the Purchasing Manager for
the City of Lubbock, Texas.
Attention of each bidder is particularly called to the Schedule of General Prevailing Rate of Per Diem Wages included in the
contract documents on file in the office of the Purchasing Manager of the City of Lubbock, Texas. Each bidder's attention is further
directed to the provisions of Article 5159a, Vernon's Ann. Civil St., and the requirements contained therein concerning such wage
�.. scales and payment by the contractor of the prevailing rates of wages as heretofore established by the City of Lubbock.
The City of Lubbock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement,
minority and women business enterprises will be afforded equal opportunities to submit bids in response to this invitation and will
C" not be discriminated against on the grounds of race, color, sex, disability, or national origin in consideration for an award.
f
d.
There will be a prebid conference on the 12th day of January,1995, at 10:00 a.m., in the Personnel Conference Room
►-� 108, 1625 13th Street, Lubbock, Texas.
The City of Lubbock does not discriminate against persons with disabilities. City of Lubbock pre -bid meetings and bid
r•, openings are available to all persons regardless of disability, if you would like bid information made available in a more accessible
format or if you require assistance, please contact the Purchasing Department at (806) 767-2167 (Monday -Friday, 8:00 - 5:00 p.m.)
or 1625 13th Street, Room L-04 at least 48 hours in advance of the meeting.
LUBBOCKC-r-rY OF
RONSZO/ A /
SENIOR BUTYER
PIK
GENERAL INSTRUCTIONS TO BIDDERS
r
r+
a
GENERAL INSTRUCTIONS TO BIDDERS
SCOPE OF WORK
The contractor shall furnish all labor, superintendence, machinery, equipment and all materials necessary to complete this
project in accordance with contract documents for the A.D.A. CURB RAMPS - VARIOUS LOCATIONS.
All work covered by this contract shall be done in accordance with contract documents described in the General Conditions.
All bidders shall be thoroughly familiar with all of the requirements set forth on the contract documents for the construction
of this project and shall be responsible for the satisfactory completion of all work contemplated by said contract documents.
3. PLANS FOR USE BY BIDDERS
It is the intent of the City of Lubbock that all parties with an interest in submitting a bid on the project covered by the
contract documents be given a reasonable opportunity to examine the documents and prepare a bid without charge of
forfeiture of deposit. The contract documents, may be examined without charge as noted in the Notice to Bidders.
4. T1ME AND ORDER FOR COMPLETION
The construction covered by the contract documents shall be fully completed within 150 (One Hundred Fifty) working
days from the date specified in the Notice to Proceed issued by the City of Lubbock to the successful bidder.
The Contractor will be permitted to prosecute the work in the order of his own choosing, provided, however, the City
reserves the right to require the Contractor to submit a progress schedule of the work contemplated by the contract
documents. In the event the City requires a progress schedule to be submitted, and it is determined by the City that the
progress of the work is not in accordance with the progress schedule so submitted, the City may direct the Contractor to take
r� such action as the City deems necessary to insure completion of the project within the time specified.
5. PAYMENT
All payments due to Contractor shall be made in accordance with the provisions of the General Conditions of the contract
documents.
6. AFFIDAVITS OF BILLS PAID
The City of Lubbock reserves the right, prior to final acceptance of this project to require the Contractor to execute an
affidavit that all bills for labor, materials and incidentals incurred in the construction of the improvements contemplated by
the contract documents have been paid in full and that there are no claims pending, of which the Contractor has been
notified.
7. MATERIALS AND WORKMANSHIP
i
The intent of these contract documents is that only materials and workmanship of the best quality and grade will be
furnished. The fact that the specifications may fail to be sufficiently complete in some detail will not relieve the Contractor
i of full responsibility for providing materials of high quality and for protecting them adequately until incorporated into the
project. The presence or absence of a representative of the City on the site will not relieve the Contractor of full
responsibility of complying with this provision. The specifications for materials and methods set forth in the contract
documents provide minimum standards of quality which the Owner believes necessary to procure a satisfactory project.
r
GUARANTEES
All equipment and materials incorporated in the project and all construction shall be guaranteed against defective materials
and workmanship. Prior to final acceptance, the Contractor shall furnish to the Owner, a written general guarantee which
shall provide that the Contractor shall remedy any defects in the work, and pay for any and all damages of any nature
whatsoever resulting in such defects, when such defects appear within ONE year from date of final acceptance of the work
as a result of defective materials or workmanship, at no cost to the Owner (City of Lubbock).
9. PLANS FOR THE CONTRACTOR
The contractor will be furnished one set of plans and specifications, and related contract documents for his use during
construction. Plans and specifications for use during construction will only be furnished directly to the Contractor. The
Contractor shall then distribute copies of plans and specifications to suppliers, subcontractors or others, as required for
proper prosecution of the work contemplated by the Contractor.
10. PROTECTION OF THE WORK
The Contractor shall be responsible for the care, preservation, conservation, and protection of all materials, supplies,
machinery, equipment, tools, apparatus, accessories, facilities, and all means of construction, and any and all parts of the
work whether the Contractor has been paid, partially paid, or not paid for such work, until the date the City issues its
certificate of completion to Contractor. The City reserves the right, after the bids have been opened and before the contract
has been awarded, to require of a bidder the following information:
(a) The experience record of the bidder showing completed jobs of a similar nature to the one covered by the proposed
contract and all work in progress with bond amounts and percentage completed.
(b) A sworn statement of the current financial condition of the bidder.
(c) Equipment schedule. ,
11. TEXAS STATE SALES TAX
This contract is issued by an organization which qualifies for exemption provisions pursuant to provisions of Article 20.04
of the Texas Limited Sales, Excise and Use Tax Act.
The Contractor must obtain a limited sales, excise and use tax permit which shall enable him to buy the materials to be
incorporated into the work without paying the tax at the time of purchase.
12. PROTECTION OF SUBSURFACE LINES AND STRUCTURES
It shall be the Contractor's responsibility to prosecute the work contemplated by the contract documents in such a way as to
exercise due care to locate and prevent damage to all underground pipelines, utility lines, conduits or other underground
structures which might or could be damaged by Contractor during the construction of the project contemplated by these
contract documents. The City of Lubbock agrees that it will furnish Contractor the location of all such underground lines
and utilities of which it has knowledge. However, such fact shall not relieve the Contractor of his responsibilities
aforementioned. All such underground lines or structures cut or damaged by Contractor during the prosecution of the work
contemplated by this contract shall be repaired immediately by Contractor to the satisfaction of the City of Lubbock, Texas,
at Contractor's expense.
13. BARRICADES AND SAFETY MEASURES
The contractor shall, at his own expense, furnish and erect such barricades, fences, lights and danger signals, and shall take
such other precautionary measures for the protection of persons, property and the work as may be necessary. The
Contractor will be held responsible for all damage to the work due to failure of barricades, signs, and lights to protect it, and
when damage is incurred, the damaged portion shall be immediately removed and replaced by Contractor at his own cost
r"
and expense. The Contractor's responsibility for maintenance of barricades, signs, and lights shall not cease until the date
of issuance to Contractor of City's certificate of acceptance of the project.
14. EXPLOSIVES
t, The use of explosives will not be permitted unless written permission to do so is obtained by the Contractor from the City.
In all cases where written permission is obtained for the use of explosives, the Contractor shall assume full responsibility for
all damage which may occur as a direct or indirect result of the blasting. In addition, in all cases where explosives are
authorized to be used, the Contractor shall use utmost care so as not to endanger life or property and the Contractor shall
further use only such methods as are currently utilized by persons, firms, or corporations engaged in similar type of
construction activity.
r� Explosive materials shall not be stored or kept at the construction site by the Contractor.
In all cases where explosives are to be used during the construction of the project contemplated by this contract, it sha11 be
the duty of the Contractor to notify each utility company having structures (above or below the ground) in proximity to the
r, site of the work of Contractor's intention to use explosives, and such notice shall be given sufficiently in advance to enable
the companies to take such steps as they may deem necessary to protect their property from injury. Such notice, however,
shall not relieve the Contractor of responsibility for any damage resulting from his blasting operations.
15. CONTRACTOR'S REPRESENTATIVE
The successful bidder shall be required to have a responsible local representative available at all times while the work is in
progress under this contract. The successful bidder shall be required to furnish the name, address and telephone number
where such local representative may be reached during the time that the work contemplated by this contract is in progress.
16. INSURANCE
The Contractor shall not commence work under this contract until he has obtained all insurance as required in the General
Conditions of the contract documents, from an underwriter authorized to do business in the State of Texas and satisfactory
' to the City. Proof of overage shall be furnished to the City and written notice of cancellation or any material change will
be provided ten (10) days in advance of cancellation or change. All policies shall contain an agreement on the part of the
r insurer waiving the right to subrogation.
h
The insurance certificates furnished shall name the City as an additional insured and shall further state that all
subcontractors are named as additional insureds, or in the alternative, shall be accompanied by a statement from the
r Contractor to the effect that no work on this particular project shall be subcontracted.
17. LABOR AND WORKING HOURS
Attention of each bidder is particularly called to the schedule of general prevailing rate of per diem wages included in these
contract documents. The wage rate which must be paid on this project shall not be less than specified in the schedule of
general prevailing rates of per diem wages as above mentioned. The bidders' attention is further directed to the
requirements of Article 5159a, Vernon's Annotated Civil Statutes providing for the payment of the wage schedules above
mentioned and the bidder's obligations thereunder. The inclusion of the schedule of general prevailing rate of per diem
wages in these contract documents does not release the Contractor from compliance with any wage law that may be
applicable. Construction work under this contract requiring an inspector will not be performed on weekends or holidays
unless the following conditions exist:
(1) The project being constructed is essential to the City of Lubbock's ability to provide the necessary service to its
citizens.
r
(2) Delays in construction are due to factors outside the control of the Contractor. The Contractor is approaching the
penalty provisions of the contract and Contractor can show he has made a diligent effort to complete the contract
within the allotted time.
Before construction work requiring an inspector is to be performed on weekends or holidays, the Contractor must notify the
Owner's Representative not less than three full working days prior to the weekend or holiday he desires to do work and
obtain written permission from the Owner's Representative to do such work. The final decision on whether to allow
construction work requiring an inspector on weekends or holidays will be made by the Owner's Representative.
In any event, if a condition should occur or arise at the site of this project or from the work being done under this contract
which is hazardous or dangerous to property or life, the Contractor shall immediately commence work, regardless of the day
of the week or the time of day, to correct or alleviate such condition so that it is no longer dangerous to property or life.
is. PAYMENT OF EMPLOYEES AND FILING OF PAYROLLS
The contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this
contract in full (less mandatory legal deductions) in cash, or by check readily cashable without discount, not less often than
once each week The Contractor and each of his subcontractors engaged at the site of the work shall not later than the
seventh day following the payment of wages, file with the Owner's Representative, or Engineer, a certified, sworn, legible
copy of such payroll. This shall contain the name of each employee, his classification, the number of hours worked on each
day, rate of pay, and net pay. The affidavit shall state that the copy is a true and correct copy of such payroll, that no rebates
or deductions (except as shown) have been made, or will in the future be made from the wages paid as shown thereon. The
Contractor must classify employees according to one of the classifications set forth in the schedule of general prevailing rate
of per diem wages, which schedule is included in the contract documents.
The Contractor shall forfeit as a penalty to the City of Lubbock on whose behalf this contract is made, ten dollars for each
laborer, workman, or mechanic employed for each calendar day, or portion thereof, such laborer, workman or mechanic is
paid less than the wages assigned to his particular classification as set forth in the schedule of general prevailing rate of per
diem wages included in these contract documents.
19. PROVISIONS CONCERNING ESCALATOR CLAUSES
Proposals submitted containing any conditions which provide for changes in the stated bid price due to increases or
decreases in the cost of materials, labor or other items required for the project will be rejected and returned to the bidder
without being considered.
20. PREPARATION FOR PROPOSAL
The bidder shall submit his proposal on forms furnished by the City. All blank spaces in the form shall be correctly filled in
and the bidder shall state the price both in words and numerals, for which he proposes to do the work contemplated or
furnish the materials required. Such prices shall be written in ink, distinctly and legibly, or typewritten. In case of
discrepancy between the price written in words and the price written in figures, the price written in words shall govern. If
the proposal is submitted by an individual, his name must be signed by him or his duly authorized agent. If a proposal is
submitted by a firm, association, or partnership, the name and address of each member must be given and the proposal
signed by a member of the firm, association or partnership, or person duly authorized. If the proposal is submitted by a
company or corporation, the company or corporate name and business address must be given, and the proposal signed by an
official or duly authorized agent. Powers of attorney authorizing agents or others to sign proposals must be properly
certified and must be in writing and submitted with the proposal. The proposal shall be executed in ink.
Each proposal shall be enclosed in a sealed envelope, addressed as specified in the Notice to Bidders, and endorsed on the
outside of the envelope in the following manner:
(a) Bidder's name
(b) Proposal for (description of the project).
r
Pak
Bid proposals may be withdrawn and resubmitted at any time prior to the time set for opening of the bids, but no proposal
may be withdrawn or altered thereafter.
21. BOUND COPY OF CONTRACT DOCUMENTS
Bidder understands and agrees that the contract to be executed by bidder shall be bound and include the following:
(a) Notice to Bidders.
(b) General Instructions to Bidders.
(c) Bidder's Proposal.
(d) Statutory Bond (if required).
(e) Contract Agreement.
(f) General Conditions.
(g) Special Conditions (if any).
(h) Specifications.
(i) Insurance Certificates.
6) All other documents made available to bidder for his inspection in accordance with the Notice to Bidders.
If Plans and Specifications are too bulky or cumbersome to be physically bound, they are to be considered incorporated by
reference into the aforementioned contract documents.
BM PROPOSAL
r
BID PROPOSAL
BID FOR UNIT PRICE
PLACE:
P10 m'tn���
DATE: 1 1 Qi
T�
PROJECT NO: 13136 - A.D.A. CURB RAMPS - VARIOUS LOCATIONS
Proposal ofoma&o- Po n C (hereinafter called "Bidder")
To the HonorableQayor and City Council City of Lubbock, Texas (hereinafter called "Owner")
Gentlemen:
The Bidder in compliance with your invitation for bids for
having carefully examined the plans, specifications, instructions to bidders, notice to bidders and all other related
contract documents and the site of the proposed work, and being familiar with all of the conditions surrounding the
construction of the proposed project including the availability of materials and labor, hereby proposes to furnish all
Labor, materials, and supplies; and to construct the project in accordance with the plans, specifications and contract
documents, within the time set forth therein and at the prices stated in Exhibit "A".
The Bidder binds himself on acceptance of his proposal to execute a contract and any required bonds, according to
the accompanying forms, for performing and completing the said work within the time stated and for the prices
stated in Exhibit "A" of this proposal.
Bidder hereby agrees to commence the work on the above project on or before a date to be specified in a written
"Notice to Proceed" of the Owner and to fully complete the project within 150 (One Hundred Fifty) working days
thereafter as stipulated in the specifications and other contract documents. Bidder hereby further agrees to pay the
owner as liquidated damages the sum of $100.00 (One Hundred Dollars) for each working day in excess of the
time set forth hereinabove for completion of this project, all as more fully set forth in the general conditions of the
contract.
Bidder understands and agrees that this bid proposal shall be completed and submitted in accordance with of the
General Instructions to Bidder.
Bidder understands that the Owner reserves the right to reject any or all bids and to waive any formality in the
bidding.
The bidder agrees that this bid shall be good and may not be withdrawn for a period of thirty (30) calendar days
after the scheduled closing time for receiving bids.
The undersigned Bidder hereby declares that he has visited the site of the work and has carefully examined the
plans, specifications, and contract documents pertaining to the work covered by this bid, and he further agrees to
commence work on or before the date specified in the written notice to proceed, and to substantially complete the
work on which he has bid; as provided in the contract documents.
r
Bidders are required, whether or not a payment or performance bond is required, to submit a cashier's check or,
certified check issued by a bank satisfactory to the City of Lubbock, or a proposal bond from a reliable surety
company, payable without recourse to the order of the City of Lubbock in an amount not less than five percent
(5%) of the total amount of the bid submitted as a guarantee that bidder will enter into a contract and execute all
necessary bonds (if required) within 10 days after notice of award of the contract to him.
Enclosed with this proposal is a Cashier's Check or Certified Check for, AP & +
Dollars (S 10, VQ0.O0 ) or a Proposal Bond in the sum of Do ($�,
which it is agreed shall be collected and retained by the Owner as liquidated damages in the event the proposal is
accepted by the Owner and the undersigned fails to execute the necessary contract documents and the required
bond (if any) with the Owner within ten (10) days after the date of receipt of written notification of acceptance of
said proposal; otherwise said check or bond shall be returned to the undersigned upon demand.
r Bidder understands and agrees that the contract to be executed by Bidder shall be bound and include all contract
documents made available to him for his inspection in accordance with the Notice to Bidders.
t
r &C
P Contractor
By:6�;E "'-
!`
�U,j
(Seal if Bidder is a Corporation)
r ATTEST:
Secretary
7
r
r
4
r
BASE BID:
Estimated
Item Quantities
No. & Units
BIDPROPOSAL
CITY OF LUBBOCK
HANDICAP CURB RAMPS
W.O. #9923.9240
Description of Items
December 8,1994
Total
Unit Amount
Price Bid
1. 2800 Removal and replacement of existing concrete curb,
Lin. Ft. including sawcutting, disposal and jointing, complete,
per lin. ft.
SERVICES: 1 Ti l (mi45( /) (s.
bL
MATERIALS: ' 1 iZ' —(s 6.43 ) (s 5 L 4 CG
TOTAL: (s 5T-
2. 11,000 Concrete slab removal and disposal, including walks,
Sq. Ft. fillet
__s
,
`ipavements and valley gutters complete per sq. ft.
SERVICE", .� �l.�Ltl�lf l� q' « ($ to ) (s I7, (�CC,.OG
`}9 ` t�
MATERIAL `"CILI, Ci,i� �� 4l\i,t��k 4( iOa !{s ) (sq, 4 aC . 0
• TOTAL: ��� _ � t_ �G �c ncl,►� a' �---�— (s ) ($10 , C u) . C S
3. 8,500 Sawing of contraction and longitudinal joints, to include
Lin. Ft sealing joints with W.R Meadows "Sof-Seal", complete
per lin. ft.
MATERIALS:
TOTAL:
4. 11,250 Four inch (4") concrete flatwork to match texture of
Sq. Ft. adjacent concrete flatwork reinforced with 6"x 6"
w 1.4 x w 1.4 welded wire mesh on a one inch (1")
sand cushion, including all necessary earthwork and
subgrade preparation, installed complete, per sq. ft.
S
MA
-(s.—L• 5V .) (s 1%1.49%.Cy
$ s�oa
cc
J4 -Cl ) ($
r
4S- ) (s' �.
(s 3'S) (4i� �31 ate-;
(s 2 C ) (s ccc" a
r
i;
Bid Proposal - Handicap Curb Ramps
1 December 8, 1994
` Page 2
r
BASE BID:
Estimated Total
Item Quantities Unit Amount
No. & Units Description of Items Price Bid
7
S. 10
Sq. Yds.
SERVICES:
MATERIALS:
6. 10
Sq. Yds.
TOTAL:
SERVICES:
MATERIALS:
7. 10
Sq. Yds.
8. 10
Sq. Yds.
TOTAL:
SERVICES:
TOTAL:
SERVICES:
MATERIALS:
TOTAL:
Gravel removal and disposal behind curb and gutter,
complete, per sq. yd.
r''yy %1 U
106
Gravel repair behind curb and gutter, to consist of six
inch (6") pit run gravel, including all necessary earth-
work and subgrade preparation, installed complete,
per sq. yd.
(s Ib.53 ) (S 1G�C
(s 3 4,1 ) (s 34 :7C,
(s " - I .0 c ) (s
(s 45 . c C) (s 4si . cc
15 . o c') (s
-aO
ca, ($ v-cc-, (S (a co-C-0
Asphaltic paving removal and disposal behind curb
and gutter, complete, per sq yd.
SCt C. ti ► t6 ? 'Ito. I
!� U
io C (s a. 3 3 ) (s 3. 3
Asphaltic paving repair behind curb and gutter, to
consist of six inch (6") caliche base and one and
one-half inch (1 '/3") type D hot mix asphaltic
concrete, including necessary earthwork and sub -
grade preparation, installed complete, per sq. yd.
(S 5`7. 3C) (s 513. cC
ri . '7 C') (s I,,),) o C
(s 15.co > ($ 950 -ce
r
PW
Bid Proposal - Handicap Curb Ramps
December 8, 1994
Page 3
r�
10. 100
Lin. Ft.
BASE BID:
Estimated
Item Quantities
No. & Units
Description of Items
Total
Unit Amount
Price Bid
9. 35 Brick removal and replacement behind curb and
Sq.Yds. gutter to match existing type, and color, including
disposal and all necessary earthwork and subgrade
reparation, complete, per sq. yd.
,6SERVICES: ` n �Uaj
; ($ '31. y 3 ) ($ 1)rr-. C{
MATERIALS: LIVCL' GCS ` U y
TOTAL: i }� o - (S IL 'A J) ($
IOU
Six inch (6") thick concrete retaining wall varying in
height from one foot and six inches (1' - 6") to three feet
(3'), reinforced with 6" x 6" w 1.4 x w 1.4 welded wire
mesh, including all necessary earthwork and subgrade
preparation, installed complete, per U. ft.
SERVICES
57 9+ ) ($S) .CC:
MATERIALS;�'J 1(\O£i�:� Ik k t..LI Q Lnkk_z.& V`' n.; . ` _ to, �$ a • �' `' ) (S eq e
TOTAL: E �t"6O(E.t�l� c�c� (S �C E ) ($
11. 100 Concrete curb and gutter removal and replacement,
Lin. Ft. including disposal and all necessary earthwork and
subgrade preparation, complete, per lin. ft.
SERVICES:Ut4ycwf)�tsko ($ 1 r . `9) ($ f . ClB + C. C
MATERIALS: IUA o ($ 4 1 G ) ($ LW(• C.
CPI
TOTAL: ILO ($ is. 00 ) ($ j�5�0.0 L'
12. 15 Asphalt pavement repair in street, to consist of six
Sq. Yds. inch (6") thick concrete base reinforced with 6" x 6"
W 2.9 x W 2.9 welded wire mesh and one and one-half
inch (1 %") Type D hot mix asphaltic concrete, includ-
ing all necessary earthwork and subgrade preparation,
PW i tailed complete, per sq. yd.
SERVICES: ab ----{$
- S
r MATERIALS: 0 o (S 3 aZ 1) ($ 3
TOTAL: Tl ' • ($ . cc a
c to ----
l
r
Bid Proposal - Handicap Curb Ramps
December 8, 1994
Page 4
k
7
'"
BASE BID:
Estimated
Item Quantities
No. & Units
Description of Items
Total
Unit Amount
Price Bid
r-
13. 15
Brick pavement repair in street, to consist of brick
Sq. Yds.
removal and replacement to surrounding grade on
` '
a sand cushion, to include Portland cement in the
r
joints, installed complete, per sq. yd.
SERVICES:
�' a
r
MATERIALS:
LAIJ et 1 --'
($ C ) (S 3i 2 •9 0
E'LAIDTOTAL:
(S �J�. C 6 (S 1. .9 r15,
1
14. 1
Lump Sum
Install and maintain vehicular and pedestrian traffic
k
control plan as shown, per lump sum.
E
SERVICES:
t? IQ D 0.�t�
(S G �� (S
MATERIALS:
; D � l�
'
f
(s IS , � .1. co) (S 15, C'� ).eLj
TOTAL:
► 1 CM ac
(S - � (S 5 a •C(�
o
:. "o
�"441 ` )- -
TOTAL SERVICES I -1U i i(o �,AD
TOTAL MATERIALS 7 i i 4 2 3, S- i; _
TOTAL BASE BID CONSTRUCTION COSTS $ 19 39 1 Jl I fLnc>
(14 ITEMS)
:• • d
BID OR PROPOSAL BOND
.-
KNOW ALL MEN BY THESE PRESENTS, that we Zebra Construction Company, Inc.
as PRINCIPAL, (hereinafter called the Principal), and Gulf Insurance Company
. a corporation duly organized under the laws of Miaa ,,,-;
and authorized to transact a general surety business in the State of Texas as SURETY, (hereinafter
called the Surety), are held firmly bound unto: City of Lubbock
as OBLIGEE, (hereinafter called the Obligee), in the sum equal to 5 % of the accompanying bid of the Principal,
not to exceed $ 212,000.00 and the penalty amount shall not exceed $ 10, 600.00 for the payment of whicl
sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit tc
the Obligee a proposal or bid, dated on or about the date mentioned below, for: (1) the performance of the designates
work, or (2) the furnishing of the specified goods, supplies or products, to -wit:
A.D.A. Curb Ramps -Various Locations
NOW, THEREFORE, if the Principal shall not legally withdraw said bid within or at the times permitted therefor, but shal
duly make and enter into a written contract with the Obligee, in accordance with the terms of said proposal or bid, or any
amendment thereof acceptable to the Principal, within the time permitted therefor after such contract forms are presentec
to the Principal for execution, should the Obligee award the Principal the said work or contract, or any part thereof; anc
if the Principal shall give bond or bonds for the faithful performance thereof, and/or for payment for labor and material:
going thereinto, as in the specifications or contracts provided; or if the Principal shall, in case of failure so to do, pay tc
the Obligee the damages which the Obligee shall have actually suffered by reason of such failure, not exceeding the pena
sum of this bond, then this obligation shall be null and void, otherwise to be and remain in full force and virtue.
PROVIDED, HOWEVER, that no action'shall -lie, or claim be enforced hereunder, unless the award on the basis of said bic
shall have been made within thirty (30) days after the formal opening of said bid, or within the time specified within the bic
provisions, whichever time shall be greater, and unless the Obligee hereunder shall give notice to Surety of said awarc
at the time of notification to the Principal; and unless legal action to enforce any claim hereunder shall have beer
commenced within six (6) months from the date of the formal opening of said bid.
PROVIDED, always that this Bond shall not be valid and binding upon the Surety unless accompanied by a Certified Cop)
of a Power of Attorney authorizing the undersigned Attorney -in -Fact to execute such a bond, the Serial Number upon whict
Copy of Power of Attorney shall correspond with the Bond Number set out above.
Signed, sealed, and dated this 1sth day of January 1a 95
Issued Through: By
Principal
BOLEY FEATHERSTON CO.
701 LAMAR By /2 3;
WICHITA FALLS, TEXAS 76301 Laura Espinoza Attomey-in-Fact
1/95
7:
r
GULF INSURANCE COMPANY
KANSAS CITY, MISSOURI
POWER OF ATTORNEY -
ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
pany, a corporation duly organized under the laws of the State of Missouri, having
its principal office in the city of Irving, Texas, pursuant to the following resolution,
adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the loth day of August, 1993, to wit:
RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as
may be selected from time to time; and any such Attorney -in -fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the attomey(s)-in-fact to sign, execute, acknowledge, deliver or other-
wise issue a policy or policies of insurance on behalf of Gulf Insurance Company.
RESOLVED, that the signature of the President, Executive Vice President or
any Senior Vice President, and the Seal of the Company may be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile sea] shall be
valid and binding upon the Company in the future with respect to any bond and
documents relating to such bonds to which they are attached."
Gulf Insurance Company does hereby make, constitute and appoint
Laura Espinoza
BOND
NUMBER G
PRINCIPAL NAME, ADDRESS
CITY, STATE, ZIP
Zebra Construction Company, Inc.
Rt 5 Box 297 B-2
Lubbock, TX 79407
( EFFECTIVE DATE
CONTRACT AMOUNT
BOND AMOUNT
its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,
undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of die Gulf Insurance Company and all the acts of
said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and Its Corporate Seal to
be hereto affixed.
SVttANQF
���PPaAgr� 0 GULF INSURANCE COMPANY
z
S013 GU
STATE OF NEW YORK ) Christopher E. Watson
SS President
COUNTY OF NEW YORK )
On this 1st day of February, 1"4 A.D., before me came Christopher E. Watson, known to me personally who being by we duly sworn, did depose and
say; that he resides in the County of Westchester, State of New York; that he is the President of the Gulf Insurance Company, the corporation described In
and which executed the above instrument; that he knows the seat of said corporation; that the seal affixed to the said instruments Is such corporate seal; that
It was so affixed by order of the Board of Directors of said corporation and that be signed his [tame, thereto by like order.
qD
�/�V-•David Jaffa
STATE OF NEW YORK ) No. In Kings C
Qualified in Kings County
SS Comm. Expires November 13, 199S
COUNTY OF NEW YORK )
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.
`yVPANCf C
�+ Signed and Sealed at the City of New York. �pRoRq>F O;7
a
soVP`
r
X..,
Dated the 18th day of January
P-Iq,�,_�
Lawrence P. Miniter
Senior Vice President
,19
F�
z
a
STATUTORY PAYMENT BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS
AS AMENDED BY
ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION,
P., 1959
KNOW ALL MEN BY THESE PRESENTS, that
(hereinafter called the Principal(s), as
Principal(s), and
Gulf Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock: (hereinafter called the Obligee), in
the amount of $19 2 , 3 9 2.75 Dollars (S 192, 392.75) lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9 th day of
February , 19 95, to
Bid #13136—A.D.A. Curb Ramps —Various Locations
and said Principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, TIlEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all
claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then,
this obligation shall be void; otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said Article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this 23rd day of
February 19 95.
f Gulf Insurance Company Zebra Construction Company, Inc.
Surety Principal
r z� K-BOND CHECK
L .By; BEST RATING By;
(Title) Attorney -in -Fact LICENSED IN TEXAS (Title)
DATE!E, BY By
(Title)
r
( By:
k'
(Title)
The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
Rxmet-tte pl rrat3ve an agent resident in Lubbock County to whom any requisite notices may be delivered and on whom service
of process may be had in matters arising out of such suretyship.
Gulf Insurance Company
Surety
Approved as to form:
City of Lubbock
13y:
City Attorney
* Note: If signed by an officer of the Surety Company there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. If signed by an Attorney in Fact, we must have copy of power of attorney for our files.
i PW
PERFORMANCE BOND
I
4�
r
t
STATUTORY PERFORMANCE BOND PURSUANT TO ARTICLE 5160
OF THE REVISED CIVIL STATUTES OF TEXAS AS
AMENDED BY
i ACTS OF THE 56TH LEGISLATURE, REGULAR SESSION 1959
r
r
KNOW ALL MEN BY THESE PRESENTS, that ��ii caned their mpal(s), as Principal(s), and
Gulf Insurance Company
(hereinafter called the Surety(s), as Surety(s), are held and firmly bound unto the City of Lubbock (hereinafter called the Obligee), in
the amount of $192, 392. 75 Dollars ($ ,192,392.75) lawful money of the United States for the
payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,
jointly and severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written contract with the Obligee, dated the 9th day of
February .19_5[0
Bid #13136—A.D.A. Curb Ramps Various Locations
and said principal under the law is required before commencing the work provided for in said contract to execute a bond in the
amount of said contract which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully
perform the work in accordance with the plans, specifications and contract documents, then this obligation shall be void; otherwise
to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes
of Texas as amended by Acts of the 56th Legislature, regular session 1959, and all liabilities on this bond shall be determined in
accordance with the provisions of said article to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the said Principal (s) and Surety (s) have signed and sealed this instrument this23rdday of
February , 19 95.
Gulf Insurance Company Zebra Construction Company, Inc,
Surety Principal
By:r
(Title) Laura Espinoza By.
Attorney —in —Fact (Title)
BOND CHECK BY
/� � (Title)
BEST RATING f��
LICENSED IN TEAS �''
D A T 9 9 BY (Title)
�l
1 The undersigned surety company represents that it is duly qualified to do business in Texas, and hereby designates
r- Ilse AbM13VSgent resident in Lubbock County to whom any requisite notices may be delivered and on whom service of
M process may be had in matters arising out of such suretyship.
Ir-
Approved as to Form
Gulf Insurance Company
Surety
*13Y,—
eitle)
City of Lubbock
! By.
City Attorney
* Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this
person has authority to sign such obligation. Usigned by an Attorney in Fact, we must have copy of power of attorney for our files.
�l
t�
f
l�
f1
rr
f
r
r
r
GULF INSURANCE KANSAS CITY, M SSOURI�NY
POWER OF ATTORNEY
ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE
SAFETY PAPER WITH TEAL INK. DUPLICATES SHALL HAVE THE
SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN
CONJUNCTION WITH THE ORIGINAL.
KNOWN ALL MEN BY THESE PRESENTS: That the Gulf Insurance Com-
pany, a corporation duly organized under the laws of the State of Missouri, having
its principal office in the city of Irving, Texas, pursuant to the following resolution,
adopted by the Finance & Executive Committee of the Board of Directors of the said
Company on the loth day of August, 1993, to wit:
"RESOLVED, that the President, Executive Vice President or any Senior Vice
President of the Company shall have authority to make, execute and deliver a Power
of Attorney constituting as Attorney -in -Fact, such persons, firms, or corporations as
may be selected from time to time; and any such Attorney -in -fact may be removed
and the authority granted him revoked by the President, or any Executive Vice
President, or any Senior Vice President, or by the Board of Directors or by the
Finance and Executive Committee of the Board of Directors.
RESOLVED, that nothing in this Power of Attorney shall be construed as a grant
of authority to the anorney(s)-m-fact to sign, execute, acknowledge, deliver or other-
wise issue a policy or policies of insurance on behalf of Gulf insurance Company.
RESOLVED, that the signature of the President. Executive Vice President or
any Senior Vice President, and the Seal of the Company may, be affixed to any such
Power of Attorney or any certificate relating thereto by facsimile, and any such
powers so executed and certified by facsimile signature and facsimile sea! shall be
valid and binding upon the Company in the future with respect to any bond and
documents relating to such bonds to which they are attached."
Gulf Insurance Company does hereby make, constitute and appoint
Laura Espinoza
BOND
NUMBER GE 568262�
I PRINCIPAL: NAME, ADDRESS
! CITY, STATE, ZIP
Zebra Construction Company, Inc.
Rt 5 Box 297 B-2
Lubbock, Texas 79407
L EFFECTIVE DATE
1
(1 192,392.75
CONTRACT AMOUNT
BOND AMOUNT
its true and lawful attorneys) -in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its
behalf, as surety, any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds,
undertakings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Company and all the acts of
said attorney(s)-in-fact, pursuant to the authority herein given, are hereby ratified and confirmed.
The obligation of the Company shall not exceed one million ($1,000,000.00) dollars.
IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to
be hereto affixed.
SJpANCF
a���GOPpoRgl�0 GULF INSURANCE COMPANY
COD SEAL
y
�isSCUP` 10�,
STATE OF NEW YORK ) ChristopherE. Watson
) SS President
COUNTY OF NEW YORK )
. - On this 1st day of February, 1994 A.D., before me came Christopher E. Watson, known to me personally who being by me duly sworn, did depose and
say; that he resides in the County of Westchester, State of New York; that he is the President of the Gulf Insurance Company, the corporation described in
and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instruments is such corporate seal; that
It was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order.
OP 'S'
N0TA RY
David Jaffa
No.24-4958634
STATE OF NEW YORK ) �CF NE`N Qualified in Kings County
) SS Comm. Expires November 13, 1995
COUNTY OF NEW YORK )
I, the undersigned, Senior Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBY CERTIFY that the foregoing and
attached POWER OF ATTORNEY remains in full force.
.. .10,SUFtANCF
C
Signed and Sealed at the City of New York. ; UCQPaggr�;y
" SEAL
��SSOVP\
F
Dated the 23rd day of February -19 95
Lawrence P. Miniter
Senior Vice President
CERTIFICATE OF INSURANCE
�►1:111:11. CERTIFIGAT Q INSURANCE X4DATE
s
x 4-24-95
i�r5—++1►f'!3@stMSi'!4VB4: P.....L wrc ,i.�ln+4'.v....,o.9wi,re,w gisli+iAR9'.�jiuil3ie..'Wh-aux'.i:�:idwr.w.. �[Y•+s.-,. �1 6. ., S'y
PR6DUCER OF INFORMATION
Adams -Ewing Insurance Agency
1730 19th Street
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFlCATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
�Lubbock, TX 79401
COMPANIES AFFORDING COVERAGE
..
COMPANY
iA
American States Insurance Company of Texas
RED
Zebra Construction Company, Inc.
COMPANY
B Texas Workers Compensation Insurance Fund
P 0 Box 16466
Lubbock, Texas 79490-0466
COMPANY
C
COMPANY
D
:OVERAGES
-THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED
BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS_
TYP
K
EFFECTIVE
DATE (WDDf
POLICYPOLICY EXPIRATION
D(MDDYr
LIMITST
GENERALLIABILRY
GENERAL AGGREGATE
$1,000,000.
COMMERCfALGENEMLIJAZILITY
04-CC-055938-5
2-12-95
2-12-96
PROOUCTS-CXWPlOPAM
$1,000,000.
CLAIMS MADE ® OCCUR
PEFSONAL a AM INJURY
S1 , 000 , 0OO
lf+�
OWNERS d CONT PROT
EACH OCCURRENCE
$1 , 000 , 000 .
FM: DAMAGE (" ow f")
$ 50,000.
MED EXP (Airy aye peson)
$ 5,000.
AUTOMOBILE
LIABILITY
ANY AUTO
I
I COMIBlNED SINGLE LIMB
$1 , 000, 000 .
IA
ALL OWNED AUTOS
SCHEDULED AUTOS
04-BA-411749-5
2-12-95 2-12-96
BODILY INJURY
psi
=
HIRED AUTOS
NON -OWNED ALnw
SOCILY INJURY
(per)
_
I
PROPERTY DAMAGE
i
GARAGE LIABLLJTY
I AUTO ONLY - EA ACCIDENT
=
ANY AUTO
I
OTHER TWIN AUTO ONLY:
EACH ACCIDENT
I =
L
AGGREGATE ; s
IA
EXCESS LIABILITY
UMBRELLA FORM
01-SU-175212-1
1 2-12-95
, 2-12-96
EACH OCCURRENCE
1 $1,000,000.
AGGREGATE Is
II.•"�
OTHER THAN UMBRELLA FORM I
I
=
WORKERS COMPENSATION AND
STATUTORY LIMITS
EMPLOYERs
EA04ACCIDENT
s 500,000.
THE PROPRIETOR/ INCL
PARTNERS/EXECUTIVE
OFFICERS ARE: EXCL
TSF 126192-00
7-24-94
7-24-95
DISEASE -POLICY LIMIT
s 500,000.
DISEASE - EACH EMPLOYEE .
s 500,000.
i
OTHER
ADDITIONAL INSURED:
j
LA
City of Lubboc
P 0 Box 2000,
ubbock, TX 79457
1
1
PTK)N— of OPERATIC S
Cement Contractor
CERTiFlCAiE HOLDER
CANCELLATION
CITY OF LUBBOCK2
SHOULD ANY OF nIE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
L Purchasing Dept.
P O BOX 2000
EXPIRATION DATE THEREOF, THE MUMCOMPANY WILL ENDEAVOR TO MA L
-9O DAYS >� NOTICE E TO TM CERTIFICATE HOLDER NAMED TO THE LEFT,
Lubbock,. TX 79457
BUT FAILURE TO MAIL SUCH NOTICE SILALL BNPOSE NO OBLIGATION OR LIABILITY
OF ANY KQM UPON THE COMPANY, US AGENTS OR REPRESENTATIVES.
REPRESENTATIVE
ACORD 25S ("3) - / 0 ACORD CORPORATION 1993
HTS UPON THE CERTIRCATE
DES NOT AMEND, EXTEND OR
DED BY THE'POLICIES BELOW.
WINGCOVERAGE
insaton Insurance Fund
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE -BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD '
INDICATED, NOTWITHSTANDING ANY REQUIREMENTTERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT.TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED. BY.PAID CLAIMS.
CO
lTR
TYPE OF NSURANCE
POLICY NUYBEFi
POLICY EFFEC7IVE.
DATE IIY1AIDO/M
POLICY EXPIRATION
DATE (MM/DD/YY)'
$
4"aENERALLiABItIIY .' . -
7... •'..'. , ,.
,.GENERALAGGREGATE.
PRODUCTS-COMP/OP AGG
i
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE 0 OCCUR
PERSONAL & ADV INJURY
i
EACH OCCURRENCE
$
OWNER'S & CONT PROT
FIRE: DAMAGE (Any am Ere)
i
MED EXP (Arr — Pew)
i
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
i
ANY AUTO
BODILY INJURY
(Per Pew)
i
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY
BODILY INJURY
i
i
HIRED AUTOS
NON -OWNED AUTOS
-
PROPERTY DAMAGE
:
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
_
OTHEER.7HAN AtIPO ONLY
7777777
ANY AUTO
EACH ACCIDENT
i
AGGREGATE
i.
I i
EXCESS LWBILRY
EACI.1 OCCURRENCE
i
UMBRELLA FORM
AGGREGATE
i
_
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
STATIORY LIMITS
' .
i A
OVLOYEIS'LIABILITY
TSF-126192-00
1-24-94
7-24-95
T
EACHACCIDENT
i500,00
THE PROPRIETOR/ INCL
PARTNEP&EXECUTIVE
FIEXCL
r
y
DISEASE -POLICY LI U
:
DISEASE EACH EMPLOYEE
i
OFFICERS ARE:
II
OTHER
:. _...
DESCRIPTION OF OPERATIONSILOCATWNS/VE NCLESISPECIAL ITEMS
Concrete contractor
City of Lubbock
I 1625 13th'Street, Room L04-
7 Lubbock, TX 79401
-V, -ABOVE DFSBBED POLICIES BE CANCELLED BEFORE THE
.f. EXPIRATION DATE 7IIEREOF, THE MUMCOMPANYWILL ENDEAVOR TO PAIL
3Y DAYS WIBTTEN IIOTK:E TO THE CE MIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH. NOTICE SHALL EGIM NO OBLIGATION OR LIABILITY
+)t^z F OF ANY KIND UPON' THE COMPANY,.>TIS AGBM OR REPRESENTATIVES.
AM
RFPRESEXTATIV�
"FORD. CERTIF. IC/
DATE.
4-10-95 -
A" -Ewing Insurance Agency
10 19th Street
LuLibock, Texas 79401
r"
xt
City of Lubbock
lf64.5 13th Street, Room L04
W -bock, Tx 79401
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CER11RCATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
COWANY
A American States Insurance Company of Texas
COMPANY
B
iw
�COWANY
t r I
0SAGES -. x
T..S IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT To WHICH THIS
CEFITIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
15 xUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN'REDUCED BY PAID CLAIMS.
A I L TYPE OF INSURANCE POLICY NUMBER PDOALTrETO"MMFWIDIMMI mo» I Ia irm
COMMERCLAL GENERAL. LNAs4JTY
J MANS MADE [7 OCCUR
OWNERS A CONT PROT
AIITONOOBLLEE LIABRJTY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
w HMO"
NON47WNED AUTDS
04 CC 086432 10 1 4-15-95 14-15-96
GENERALAGGREGATE S
AMP AGG t S
PERSONAL a ALA/ 9"M :
EACH OCCURRQJCE :
FIRE DAMAGE WW aye fire) t
MED DIP (Am ab Parson) f
COMBINED SINGLE LBATr I S
BODILY RUURY (Par Person) I =
PROPEWTY OAMAGE I i
ARAGE LIAORM AUTO ONLY - EA ACCIDENT i
ANY AUTO I OTHER 73fAN AUTO ONLY:
EAW ACCIDENT 1 i
i AGGREGATE'. c
RCESS LNABIUIY EACH OCCURRENCE cUMBREIJAFORM I
OTHER T}LAN UMBRELLA FORM I AGGREGATE I i
r— I c
ICRf�RS COIIPENSATTON AND I STAnnaw uufTS
BLPLaYt3is LULi1LITr
EACH Acc:oENr :
NART ERS ARE R-1 DISEASE - PDUL;Y LIMTT :
orSEASE - EACH EL OYES c
CONTRACTOR: ZEBRA CONSTRUCTION CO;, INC.
P 0 BOX 16466 f
LUBBOCK, TX 79490
Concrete contractor
CERTIFlCATE t{OLDI�i r CAIHCELJ ATTON r�wr�
a�<ie «.ate
SHHOULS WLVCPF THE ABOVE DESC M POLJCM.S BE CANCEUM BEFORE WE
ty of Lubbock EaMAlION DATE tiEREaF TIN ISSUM carANV WLL ENOEAVCIR To +ua
1625 13 th Street, Room L04 __Q DAYS WRITTM WMCE TD WE CERTIRCATE IN X=M MUM TO TIM UWr,
r" ubbock, TX 79401 Bur FAILURE TO MAIL SUCH NOISMALL SW= NO f BUGATION OR LualLm
'OF, AM KM UPW THE COWAMY, ITS AGE WM OR REPRESENTATTYES.
AUTMWIRPREAD NTAN13-7 .
AITrRD 25S - : Y• . _ ,:. - • ACORD CORPORATION 1993
-1 r
k 1 INSURANCSTATES
A,a. UNCM NATION&CON-MATH
r
AMERICAN STATES INSURANCE COMPANY OF TEXAS PAGE 1 CD-9
INDIANAPOLIS, INDIANA
NOTICE OF REINSTATEMENT VS #009098470-9
POLICY NUMBER 04-CC-055938-5
POLICY PERIOD FROM 02-12-95 TO 02-12-96
NAMED ZEBRA CONSTRUCTION CO, INC
111 INSURED PO BOX 16466
AND
�.MAUNG LUBBOCK, TX 79490
r"ADDRESS
l'
AGENT ADAMS EWING INSURANCE AGENCY
NAME 1730 19TH STREET
AND ADDRESS LUBBOCK, TX 79401
42-95683 (806) 763-6427
CITY OF LUBBOCK
PURCHASING DEPT.
& BLDG. INSPECTION
P 0 BOX 2000
LUBBOCK, TX 79457
YOUR POLICY WAS TERMINATED.
IT HAS BEEN REINSTATED EFFECTIVE 04-14-95.
THE AMOUNT DUE, IF ANY, WILL BE BILLED UNDER
VARI-BILL ACCOUNT #009098470 .
THIS POLICY IS SUBJECT TO FINAL AUDIT.
1:
l
r
l
7
1,
9-RS (01-89)
CCOMPANY USE ONLY
DALLAS 09 (11117) OTHER INTEREST COPY PREPARED 03-30-95
1
r
CONTRACT
►� STATE OF TEXAS
COUNTY OF LUBBOCK
4
THIS AGREEMENT, made and entered into this 9th day of FEBRUARY, 1995, by and between the City of Lubbock,
j County of Lubbock, State of Texas, acting by and through David R Langston, Mayor, thereunto authorized to do so, hereinafter
referred to as OWNER, and ZEBRA CONSTRUCTION COMPANY, INC. of the City of LUBBOCK County of LUBBOCK
and the State of TEXAS, hereinafter termed CONTRACTOR
WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed
by the OWNER and under the conditions expressed in the bond bearing even date herewith (if any) the CONTRACTOR hereby
agrees with OWNER to commence and complete the construction of certain improvements described as follows:
BID # 13136 - A.D.A. CURB RAMPS - VARIOUS LOCATIONS FOR S192,392.75
7
l
F
r
and all extra work in connection therewith, under the terms as stated in the contract documents and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other accessories
and services necessary to complete the said construction in accordance with the contract documents as defined in the General
Condition of Agreement.
The CONTRACTOR hereby agrees to commence work within ten days after the date written notice to do so shall have been given
to him and to substantially complete same within the time specified in the contract documents.
The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the contract in accordance with the
proposal submitted therefore, subject to additions and deductions, as provided in the contract documents and to make payment on
account thereof as provided therein.
IN WITNESS WHEREOF, the parties to these presents have executed this agreement in Lubbock, Lubbock County, Texas in the
year and day first above written.
0
NS
APPROVED "FORM:
ATTEST:
-ram
CoqoFate cre
,•Z•�.r�-Tir r•�
r-
GENERAL CONDITIONS OF THE AGREEMENT
GENERAL CONDITIONS OF THE AGREEMENT
1. OWNER
Whenever the word Owner, or the expression Party of the First Part, or First Party, are used in this contract, it shall be
understood as referring to the City of Lubbock, Texas.
2. CONTRACTOR,
Whenever the word Contractor, or the expression Party of the Second Part, or Second Party, is used, it shall be understood
to mean the person, persons, co -partnership or corporation, to -wit: ZEBRA CONSTRUCTION COMPANY, INC. who
has agreed to perform the work embraced in this contract, or to his or their legal representative.
3. OWNER'S REPRESENTATIVE
Whenever the word Owner's Representative or representative is used in this contract, it shall be understood as referring to
LARRY HERTEL, CITY ENGINEER City of Lubbock, under whose supervision these contract documents, including
the plans and specifications, were prepared, and who will inspect constructions; or to such other representative, supervisor,
or inspector as may be authorized by said Owner to act in any particular under this agreement. Engineers, supervisor or
inspectors will act for the Owner under the direction of Owner's Representative, but shall not directly supervise the
Contractor or men acting in behalf of the Contractor.
4. CONTRACT DOCUMENTS
The contract's documents shall consist of the Notice to Bidders, General Instructions to Bidders, Proposal, Signed
Agreement, Statutory Bonds (if required), General Conditions of the Agreement, Special Conditions of the Agreement (if
any), Specifications, Plans, Insurance Certificate, and all other documents made available to Bidder for his inspection in
accordance with the Notice to Bidders.
S. INTERPRETATION OF PHRASES
E _
Whenever the words "Directed," "Permitted," "Designated," "Required," "Considered Necessary," "Prescribed," or words of
like import are used, it shall be understood that the direction, requirement, permission, order, designation or prescription of
the Owner's Representative is intended; and similarly, the words "Approved," "Acceptable," "Satisfactory," or words of like
import shall mean approved by or acceptable or satisfactory to the Owner's Representative.
7 6. SUBCONTRACTOR
The term Subcontractor, as employed herein, includes only those having a direct contract with the Contractor for
performance of work on the project contemplated by these contract documents. Owner shall have no responsibility to any
Subcontractor employed by Contractor for performance of work on the project contemplated by these contract documents,
but said Subcontractors will look exclusively to Contractor for any payments due Subcontractor.
WRITTEN NOTICE
Written notice shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm
or to an officer of the corporation for whom it is intended, or if delivered at or sent certified mail to the last business address
known to him who gives the notice.
8. WORK
Unless otherwise stipulated, the Contractor shall provide and pay for all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and all water, light, power, fuel, transportation and all other facilities necessary for the
execution and completion of the work covered by the contract documents. Unless otherwise specified, all materials shall be
new and both workmanship and materials shall be of a good quality. The Contractor shall, if required, furnish satisfactory
evidence as to the kind and quality of materials. Materials or work described in words which so applied have well known,
technical or trade meaning shall be held to refer such recognized standards.
All work shall be done and all materials furnished in strict Conformity with the contract documents.
9. SUBSTANTIALLY COMPLETED
The term "Substantially Completed" is meant that the structure or project contemplated by the contract documents has been
made suitable for use or occupancy or the facility is in a condition to serve its intended purpose, but still may require minor
miscellaneous work and adjustment.
10. LAYOUT
Except as specifically provided herein, the Contractor shall be responsible for laying out all work and shall accomplish this
work in a manner acceptable to the Owner's Representative. The Owner's Representative will check the Contractor's layout
of all major structures and any other layout work done by the Contractor at Contractor's request, but this check does not
relieve the Contractor of the responsibility of correctly locating all work in accordance with the Plans and Specifications.
11. KEEPING OF PLANS AND SPECIFICATIONS ACCESSIBLE
The Contractor shall be furnished with one copies of all Plans, Profiles and Specifications without expense to him and he
shall keep one copy of same consistently accessible on the job site.
12. RIGHT OF ENTRY
The Owner's Representative may make periodic visits to the site to observe the progress of quality of the executed work and
to determine, in general, if the work is proceeding in accordance with the contract documents. He will not be required to
make exhaustive or continuous onsite inspections to check the quality or quantity of the work, nor will he be responsible for
the construction means, methods, techniques, sequences or procedures, or the safety precautions incident thereto. His
efforts will be directed towards providing assurances for the Owner that the completed project will conform to the
requirements of the contract documents, but he will not be responsible for the Contractor's failure to perform the work in
accordance with the Contract Documents. On the basis of his onsite observations, he will keep the Owner informed of the
progress of the work and will endeavor to guard the Owner against defects and deficiencies in the work of the Contractor.
13. LINES AND GRADES
All lines and grades shall be furnished by the Owner's Representative whenever necessary for the commencement of the
work contemplated by these contract documents or the completion of the work contemplated by these contract documents.
Whenever necessary, Contractor shall suspend his work in order to permit Owner's Representative to comply with this
requirement, but such suspension will be as brief as practical and Contractor shall be allowed no extra compensation
therefore. The Contractor shall give the Owner's Representative ample notice of the time and place where lines and grades
will be needed. All stakes, marks, etc., shall be carefully preserved by the Contractor, and in case of careless destruction or
removal by him, his Subcontractors, or his employees, such stakes, marks, etc., shall be replaced by the Owner's
Representative at Contractor's expense.
14. OWNER'S REPRESENTATIVE'S AUTHORITY AND DUTY
r ' Unless otherwise specified, it is mutually agreed between the parties to this Agreement that the Owner's Representative
shall review all work included herein. He has the authority to stop the work whenever such stoppage may be necessary to
insure the proper execution of the contract. In order to permit delays and disputes and to discourage litigation, it is further
r. agreed that the Owner's Representative shall, in all cases, determine the amounts and quantities of the several kinds of work
which are to be paid for under this contract. He shall determine all questions in relation to said work and the construction
thereof, and shall, in all cases, decide every question which may arise relative to the execution of this contract on the part of
said Contractor. The Owner's Representative* estimates and findings shall be conditions precedent to the right of the
parties hereto to arbitration or to any action on the contract, and to any rights of the Contractor to receive any money under
this contract; provided, however, that should Owner's Representative render any decision or give any direction, which in the
opinion of either party hereto, is not in accordance with the meaning and intent of this contract, either party may file with
rsaid Owner's Representative within 30 days his written objection to the derision or direction so rendered, and by such action
may reserve the right to submit the questions so raised to arbitration as hereinafter provided. It is the intent of this
Agreement that there shall be no delay in the execution of the work, therefore, written decisions or direction of the Owner's
Representative as rendered shall be promptly carried out, and any claim arising therefrom shall be thereafter adjusted to
arbitration as hereinafter provided.
The Owner's Representative shall, within a reasonable time, render and deliver to both the Owner and the Contractor a
written decision on all claims of the parties hereto and on all questions which may arise relative to the execution of the work
or the interpretation of the contract, specifications and plans. Should the Owner's Representative fail to make such decision
within a reasonable time, an appeal to arbitration may be taken as if his decision had been rendered against the party
appealing.
15. SUPERINTENDENCE AND INSPECTION
It is agreed by the Contractor that the Owner's Representative shall be and is hereby authorized to appoint from time to time
such subordinate engineers, supervisors, or inspectors as the said Owner's Representative may deem proper to inspect the
materials furnished and the work done under this Agreement, and to see that said material is furnished and said work is
done in accordance with the specifications therefore. The Contractor shall furnish all reasonable aid and assistance
required by the subordinate engineers, supervisors or inspectors for the proper inspection and examination of the work. The
Contractor shall regard and obey the directions and instructions of any subordinate engineers, supervisors or inspectors so
r.,. appointed, when such directions and instructions are consistent with the obligations of this Agreement and accompanying
plans and specifications provided, however, should the Contractor object to any orders by any subordinate engineer,
supervisor or inspector, the Contractor may within six (6) days make written appeal to the Owner's Representative for his
decision.
16. CONTRACTOR'S DUTY AND SUPERINTENDENCE
law The Contractor shall give personal attention to the faithful prosecution and completion of this contract and shall keep on the
work, during its progress, a competent superintendent and any necessary assistants, all satisfactory to Owner's
Representative. The superintendent shall represent the Contractor in his absence and all directions given to him shall be
binding as if given to the Contractor. Adequate supervision by competent and reasonable representatives of the Contractor
is essential to the proper performance of the work and lack of such supervision shall be grounds for suspending operations
of the Contractor.
The work, from its commencement to completion, shall be under the exclusive charge and control of the Contractor and all
risk in connection therewith shall be borne by the Contractor.
The Owner or Owner's Representatives will not be responsible for the acts or omissions of the Contractor, or any
subcontractors, or any of his agents or employees, or arry other persons performing any of the work.
17. CONTRACTOR'S UNDERSTANDING
It is understood and agreed that the Contractor has, by careful examination, satisfied himself as to the nature and location of
the work, the confirmation of the ground, the character, quality and quantity of materials to be encountered, the character of
equipment and facilities needed preliminary to and during the prosecution of the work, and the general and local conditions,
and all other matters which in any way effect the work under this contract. No verbal agreement or conversation with any
officer, agent, or employee of the Owner, either before or after the execution of this contract, shall effect or modify any of
the terms or obligations herein contained.
18. CHARACTER OF WORKMEN
The Contractor agrees to employ only orderly and competent men, skillful in the performance in the type of work required
under this contract, to do the work; and agrees that whenever the Owner's Representative shall inform him in writing that
any man or men on the work, are, in his opinion, incompetent, unfaithful, or disorderly, such man or men shall be
discharged from the work and shall not again be employed on the work without the Owner's Representative's written
consent.
19. CONSTRUCTION PLANT
The Contractor shall provide all labor, tools, equipment, machinery and materials necessary in the prosecution and
completion of this contract where it is not otherwise specifically provided that Owner shall furnish same, and it is also
understood that Owner shall not be held responsible for the care, preservation, conservation, or protection of any materials,
tools, equipment or machinery or any part of the work until it is finally completed and accepted.
The building of structures for the housing of men or equipment will be permitted only at such places as the Owner's
Representative shall direct, and the sanitary conditions of the grounds in or about such structure shall at all times be
maintained in a manner satisfactory to the Owner's Representative.
20. SANITATION
Necessary sanitary conveniences for the use of laborers on the work site, properly secluded from public observation, shall be
constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Owner's
Representative and their use shall be strictly enforced.
21. OBSERVATION AND TESTING
The Owner or Owner's Representative shall have the right at all reasonable times to observe and test the work. Contractor
shall make necessary arrangements and provide proper facilities and access for such observation and testing at any location
wherever work is in preparation or progress. Contractor shall ascertain the scope of any observation which may be
contemplated by Owner or Owner's Representative and shall give ample notice as to the time each part of the work will be
ready for such observation. Owner or Owner's Representative may reject any work found to be defective or not in
accordance with the contract documents, regardless of the stage of its completion or the time or place of discovery of such
errors and regardless of whether Owner's Observer has previously accepted the work through oversight or otherwise. If any
work should be covered without approval or consent of the Owner, it must, if requested by Owner or Owner's
Representative, be uncovered for examination at Contractor's expense. In the event that any part of the work is being
fabricated or manufactured at a location where it is not convenient for Owner or Owner's Representative to make
observations of such work or require testing of said work, then in such event Owner or Owner's Representative may require
Contractor to furnish Owner or Owner's Representative certificates of inspection, testing or approval made by persons
competent to perform such tasks at the location where that part of the work is being manufactured or fabricated. All such
tests will be in accordance with the methods prescribed by the American Society for Testing and Materials or such other
applicable organization as may be required by law or the contract documents.
' If any work which is required to be inspected, tested, or approved is covered up without written approval or consent of the
Owner or Owner's Representative, it must, if requested by the Owner or Owner's Representative, be uncovered for
observation and testing at the Contractor's expense. The cost of all such inspections, tests and approvals shall be borne by
the Contractor unless otherwise provided herein. Any work which fails to meet the requirements of any such tests,
inspections or approval, and any work which meets the requirements of any such tests or approval but does not meet the
requirements of the contract documents shall be considered defective. Such defective work shall be corrected at the
Contractor's expense.
Neither observations by the Owner or Owner's Representative, nor inspections, tests, or approvals made by Owner, Owner's
Representative, or other persons authorized under this agreement to make such inspections, tests, or approvals shall relieve
the Contractor from his obligation to perform the work in accordance with the requirements of the contract documents.
r+ 22. DEFECTS AND THEIR REMEDIES
It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or
T selected for the same, shall be deemed by the Owner or Owners' Representative as unsuitable or not in conformity with
plans, specification and contract documents, the Contractor shall, after receipt of written notice thereof from the Owner's
Representative, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full
accordance with this contract. It is further agreed that any remedial action contemplatedas hereinabove set forth shall be at
!^ Contractor's expense.
23. CHANGES AND ALTERATIONS
The Contractor further agrees that the Owner may make such changes and alterations as the Owner may see fit, in the line,
grade, form dimensions, plans or or materials for the work herein contemplated, or any part thereof, either before or after
the beginning of the construction, without affecting the validity of this contract and the accompanying bond.
If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for
damages, or anticipated profits on the work that may be dispensed with. If they inCrease the amount of work, and the
r4 increased work can fairly be classified under the specifications, such increase shall be paid according to the quantity
actually done and at the unit price established for such work under this contract; otherwise such additional work shall be
paid for as provided under Extra Work. In case the Owner shall make such changes or alterations as shall make useless any
work already done or material already furnished or used in said work, then the Owner shall recompense the Contractor for
any material or labor so used, and for any actual loss occasioned by such change, due to actual expenses incurred in
preparation for the work as originally planned.
24. EXTRA WORK
The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the
r► Owner or Owner's Representative to be done by the Contractor to accomplish any change, alteration or addition to the work
as shown on the plans and specifications or contract documents and not covered by Contractor's proposal, except as
provided under Changes and Alterations herein.
It is agreed that the Contractor shall perform all extra work under the direction of the Ovmer's Representative when
presented with a written work order signed by the Owner's Representative; subject, however, to the right of the Contractor
to require written confirmation of such extra work order by the Owner. It is also agreed that the compensation to be paid to
the Contractor for performing said extra work shall be determined by the following methods:
Method (A) - By agreed unit prices; or
Method (B) - By agreed lump sum; or
Method (C) - If neither Method (A) or Method (B) be agreed upon before the extra work is commenced, then
the Contractor shall be paid the actual field cost of the work, plus fifteen (15111.) per cent.
In the event said extra work be performed and paid for under Method (C), then the provisions of this paragraph shall apply
and the "actual field cost" is hereby defined to include the cost of all workmen, such as foremen, timekeepers, mechanics
and laborers, materials, supplies, teams, trucks, rentals on machinery and equipment, for the time actually employed or used
on such extra work, plus actual transportation charges necessarily incurred, together with all expenses incurred directly on
account of such extra work, including Social Security, Old Age Benefits, Maintenance Bonds, Public Liability and Property
Damage and Workmen's Compensation and all other insurances as may be required by law or ordinances or directed by the
Owner or Owner's Representative, or by them agreed to.: Owner's Representative may direct the form in which accounts of
the actual field cost shall be kept and records of these accounts shall be made available to the Owner's Representative. The
Owner's Representative may also specify in writing, before the work commences, the method of doing the work and the type
and kind of machinery and equipment to be used; otherwise, these matters shall be determined by the Contractor. Unless
otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using 1000/a, unless
otherwise specified, of the latest Schedule of Equipment and Ownership Expenses adopted by the Associated General
Contractors of America. Where practical, the terms and prices for the use of machinery and equipment shall be
incorporated in the written extra work order. The fifteen percent (15%) of the actual field cost to be paid to Contractor shall
cover and compensate him for his profit, overhead, general superintendence and field office expense, and all other elements
of cost and expense not embraced within the actual field cost as herein defined, save that where the Contractor's Camp or
Field Office must be maintained primarily on account of such Extra Work, then the cost to maintain and operate the same
shall be included in the "actual field cost."
No claim for extra work of any kind will be allowed unless ordered in writing by Owner's Representative. In case any
orders or instructions appear to the Contractor to involve extra work for which he should receive compensation or an
adjustment in the construction time, he shall make written request to the Owner's Representative for a written order
authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or as to
the payment therefore, and the Owner's Representative insists upon its performance, the Contractor shall proceed with the
work after making written request for written order and shall keep adequate and accurate ate account of the actual field cost
thereof, as provided under Method (C). The Contractor will thereby preserve the right to submit the matter of payment to
arbitration as herein below provided.
25. DISCREPANCIES AND OMISSIONS
It is further agreed that it is the intent of this contract that all work described in the proposal, the specifications, plans and
other contract documents, is to be done for the prices quoted by the Contractor and that such price shall include all
appurtenances necessary to complete the work in accordance with the intent of these contract documents as interpreted by
Owner's Representative. If the Contractor finds any discrepancies or omissions in these plans, specifications, or contract
documents, he should notify the Owners' Representative and obtain a clarification before the bids are received, and if no
such request is received by the Owner's Representative prior to the opening of bids, then it shall be considered that the
Contractor fully understands the work to be included and has provided sufficient sums in his proposal to complete the work
in accordance with these plans and specifications. It is further understood that any request for clarification must be
submitted no later than five days prior to the opening of bids.
26. RIGHT OF OWNER TO MODIFY METHODS AND EQUIPMENT
If at any time the methods or equipment used by the Contractor are found to be inadequate to secure the quality of work
with the rate of progress required under this contract, the Owner or Owner's Representative may order the Contractor in
writing to increase their safety or improve their character and efficiency and the Contractor shall comply with such order.
If, at any time, the working force of the Contractor is inadequate for securing the progress herein specified, the Contractor
shall, if so ordered in writing, increase his force or equipment, or both, to such an extent as to give reasonable assurance of
compliance with the schedule of progress.
r,
I
27. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC
The Contractor shall take out and procure a policy or policies of Workmen's Compensation Insurance with an insurance
company licensed to transact business in the State of Texas, which policy shall comply with the Workmen's Compensation
laws of the State of Texas. The Contractor shall at all times exercise reasonable precaution for the safety of employees and
r., others on or near the work and shall comply with all applicable provisions of federal, state and municipal laws and building
and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the
" "Manual of Accident Prevention in Construction" of Associated General Contractors of America, except where incompatible
with federal, state or municipal laws or regulations. The Contractor, his sureties and insurance carriers shall defend,
711 indemnify and save harmless the Owner and all of its officers, agents and employees from all suits, actions, or claims of any
character whatsoever, brought for or on account of any injuries or damages received or sustained by any person or persons
or property, on account of any negligent act or fault of the Contractor or any subcontractor, their agents or employees, in the
execution and supervision of said contract, and the project which is the subject matter of this contract, on account of the
failure of Contractor or any subcontractor to provide necessary barricades, warning lights, or signs and will be required to
pay any judgment with costs which may be obtained against the Owner or any of its officers, agents, or employees including
attorney's fees.
The safety precautions taken shall be the sole responsibility of the Contractor, in his sole discretion as an Independent
Contractor, inclusion of this paragraph in the Agreement, as well as any notice which may be given by the Owners or the
Owner's Representative concerning omissions under this paragraph as the work progres n, are intended as reminders to the
Contractor of his duty and shall not be construed as any assumption of duty to supervise safety precautions by either the
Contractor or any of his subcontractors.
28. CONTRACTOR'S INSURANCE
The Contractor shall procure and carry at his sole cost and expense through the life of this contract, insurance protection as
hereinafter specified. Coverage in excess of that specified herein also shall be acceptable. Such insurance shall be carried
C with an insurance company authorized to transact business in the State of Texas and shall cover all operations in connection
with this contract, whether performed by the Contractor or a subcontractor, or separate policies shall be provided covering
the operation of each subcontractor. A certificate of insurance specifying each and all coverages shall be submitted prior to
contract execution.
A. Comprehensive General Liability Insurance
The contractor shall have Comprehensive General Liability Insurance with limits of $500,000 Combined Single
Limit in the aggregate and per occurrence to include:
-ram Premises and Operations
Explosion & Collapse Hazard
Underground Damage Hazard
Products & Completed Operations Hazard
Contractual Liability
Independent Contractors Coverage
Personal Injury (with exclusion "o" waived)
The City is to be named as an additional insured on this policy for this specific job, and copy of the endorsement
doing so is to be attached to the Certificate of Insurance.
r
r
B. Owner's Protective or Contingent Public Liability Insurance and Property Damage Liability Insurance.
The Contractor shall obtain an Owner's Protective or Contingent Public Liability Insurance policy naming the City
of Lubbock as insured and the amount of such policy shall be as follows:
For bodily injuries, including accidental death and or property damage, $500.000 Combined Single Limit. This
policy shall be submitted prior to contract execution.
C. Comprehensive Automobile Liability Insurance
The Contractor shall have Comprehensive Automobile Liability Insurance with limits of not less than;
Bodily Injury/Property Damage, $500,000 Combined Single Limit,
to include all owned and nonowned cars including: Employers Nonownership Liability Hired and Nonowned
Vehicles. The City is to be named as an additional insured on this policy for this specific job and copy of the
endorsement doing so is to be attached to the Certificate of Insurance.
D. Builder's Risk Insurance
The Contractor shall obtain a Builder's Risk policy in the amount of 100% of the total contract price (100% of
potential loss) naming the City of Lubbock as insured.
E. Umbrella Liability Insurance
The Contractor shall have Umbrella Liability Insurance in the amount of 1,000,000 on all contracts with coverage
to correspond with Comprehensive General Liability and Comprehensive Automobile Liability coverages.
F. Worker's Compensation and Employers Liability Insurance
Worker's Compensation Insurance covering all employees whether employed by the Contractor or any
Subcontractor on the job with Employers Liability of at least $500,000
Definitions:
Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -
insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-
84), showing statutory workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project.
Duration of the project - includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in 0406.096) - includes all persons or entities
performing all or part of the services the contractor has undertaken to perform on the project, regardless of
whether that person contracted directly with the contractor and regardless of whether that person has
employees. This includes, without limitation, independent contractors, subcontractors, leasing companies,
motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing, hauling, or
delivering equipment or materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
The contractor shall provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor
Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the
duration of the project.
111e
3. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded
the contract.
4. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of
the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage
with the governmental entity showing that coverage has been extended.
S. The contractor shall obtain from each person providing services on the project, and provide to the
governmental entity:
(a) a certificate of coverage, prior to that person beginning work on the project, so the governmental
entity will have on file certificates of coverage showing coverage for all persons providing
services on the project; and
(b) no later than seven days after receipt by the contractor, a new certificate of coverage showing
extension of coverage, if the coverage period shown on the current certificate of coverage ends
during the duration of the project.
6 The contractor shall retain all required certificates of coverage for the duration of the project and for one
year thereafter.
7. The contractor shall notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project.
8. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the
Texas Workers' Compensation Commission, informing all persons providing services on the project that
they are required to be covered, and stating how a person may verify coverage and report lack of coverage.
9. The contractor shall contractually require each person with whom it contracts to provide services on the
project, to:
(a) provide coverage, based on proper reporting of classification codes and payroll amounts and
filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code,
Section 401.011(44) for all of its employees providing services on the project, for the duration of
the project;
(b) provide to the contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project;
(c) provide the contractor, prior to the end of the coverage period, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(d) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the project; and
(2) a new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage ends
during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
I
s.
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the person knew or should have known, of any change that materially affects the provision
of coverage of any person providing services on the project; and
(g) contractually require each person with whom it contracts to perform as required by paragraphs
(1) - (7), with the certificates of coverage to be provided to the person for whom they are
providing services.
10. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is
representing to the governmental entity that all employees of the contractor who will provide services on
the project will be covered by workers's compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll amounts, and that all
coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured,
with the commission's Division of Self -Insurance Regulation. Providing false or misleading information
may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil
actions.
11. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor
which entitles the governmental entity to declare the contract void if the contractor does not remedy the
breach within ten days after receipt of notice of breach from the governmental entity.
G. Proof of Coverage
Before work on this contract is commenced, each Contractor and subcontractor shall submit to the Owner for
approval five Certificates of Insurance covering each insurance policy carried and offered as evidence of
compliance with the above insurance requirements, signed by an authorized representative of the insurance
company setting forth:
(1) The name and address of the insured.
(2) The location of the operations to which the insurance applies.
(3) The name of the policy and type or types of insurance in force thereunder on the date borne by such
certificate.
(4) The expiration date of the policy and the limit or limits of liability thereunder on the date borne by such
certificate.
(5) A provision that the policy may be canceled only by mailing written notice to the named insured at the
address shown in the bid specifications.
(6) A provision that written notice shall be given to the City ten days prior to any change in or cancellation of
the policies shown on the certificate.
(7) The certificate or certificates shall be on the form (or identical copies thereof) contained in the job
specifications. No substitute of nor amendment thereto will be acceptable.
(8) If policy limits are paid, new policy must be secured for new coverage to complete project.
(9) A Contractor shall:
(a) provide coverage for its employees providing services on a project, for the duration of the project
based on proper reporting of classification codes and payroll amounts and filling of any coverage
agreements;
ii
r=
vlrr
(b) provide a certificate of coverage showing workers' compensation coverage to the governmental
entity prior to beginning work on the project;
(c) provide the governmental entity, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the contractor's current
certificate of coverage ends during the duration of the project;
(d) obtain from each person providing services on a project, and provide to the governmental entity:
(i) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(ii) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(e) retain all required certificates of coverage on file for the duration of the project and for one year
thereafter,
(f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days
after the contractor knew or should have known, of any change that materially affects the
provision of coverage of any person providing services on the project;
(g) post a notice on each project site informing all persons providing services on the project that they
are required to be covered, and stating how a person may verify current coverage and report
fAure to provide coverage. This notice does not satisfy other posting requirements imposed by
the Act or other commission rules. This notice must be printed in at least 19 point normal type,
and shall be in both English and Spanish and any other language common to the worker
population. The text for the notices shall be the following text provided by the commission on
the sample notice, without any additional words or changes:
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance This includes
persons providing, hauling, or delivering equipment and materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their
employer or status as an employee."
"Call the Texas Workers' Compensation Commission at 5121440-3789 to receive information
` on the legal requirement for coverage, to verb whether your employer has provided the
required coverage, or to report an employer's fallure to provide coverage. " and
(h) contractually require each person with whom it contracts to provide services on a project, to:
�+ (i) provide coverage based on proper reporting of classification codes and payroll amounts
and filing of any coverage agreements for all of its employees providing services on the
project, for the duration of the project;
(ii) provide a certificate of coverage to the contractor prior to that person beginning work on
the project,
(iii) include in all contracts to provide services on the project the language in subsection (e)
(3) of this rule;
(iv) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(v) obtain from each other person with whom it contracts, and provide to the contractor:
(1) a certificate of coverage, prior to the other person beginning work on the
project; and
(2) prior to the end of the coverage period, a new certificate of coverage showing
extension of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(vi) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter,
(vii) notify the governmental entity in writing by certified mail or personal delivery, within
10 days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
(viii) contractually require each other person with whom it contracts, to perform as required
by paragraphs (A) - 0, with the certificate of coverage to be provided to the person for
whom they are providing services.
29. DISABLED EMPLOYEES
Contractors having more than 15 employees agree to comply with the Americans with Disabilities Act of 1990, and agree
not to discriminate against a qualified individual with a disability because of the disability of such individual in regard to
job application procedures, the hiring, advancement, or discharge of employees, employee compensation, job training, and
other terms; conditions, and priviliges of employment.
30. PROTECTION AGAINST CLAIMS OF SUBCONTRACTORS LABORERS MATERIALMEN AND FURNISHERS OF
MACHINERY. EQUIPMENT AND SUPPLIES
The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of any demands of
subcontractors, laborers, workmen, mechanics, materialmen and furnishers of machinery and parts thereof, equipment,
power tools, all suppliers, including commissary, incurred in the furtherance of the performance of this contract. When
Owner so desires, the Contractor shall furnish satisfactory evidence that all obligations of the nature hereinabove designated
have been paid, discharged or waived.
If during the progress of the work, Contractor shall allow any indebtedness to accrue for work furnished by any of those
designated in the preceding paragraph and shall fail to pay and discharge any such indebtedness within five (5) days after
demand is made, then Owner may, during the period for which such indebtedness shall remain unpaid, withhold from the
unpaid portion of this contract, a sum equal to the amount of such unpaid indebtedness or may apply the sum so withheld to
discharge any such indebtedness.
Any and all communications between any party under this paragraph must be in writing.
31. PROTECTION AGAINST ROYALTIES OR PATENT INVENTION
The contractor shall pay all royalties and license fees, and shall provide for the use of any design, device, material or
process covered by letters patent or copyright by suitable legal agreement with the Patentee or Owner thereof. The
Contractor shall defend all suits or claims for infringement of any patent or copyrights and shall indemnify and save the
Owner harmless from any loss on account thereof, except that Owner shall defend all such suits and claims and shall be
responsible for all such loss when a particular design, device, material or process or the product of a particular manufacturer
or manufacturers is specified or required in these contract documents by Owner; provided, however, if choice of alternate
design, device, material or process is allowed to the Contractor, then Contractor shall indemnify and save Owner harmless
r
e
7
° from any loss on account thereof. If the material or process specified or required by Owner is an infringement, the
Contractor shall be responsible for such loss unless he promptly gives written notice to the Owner of such infringement.
32. LAWS AND ORDINANCES
r■• The Contractor shall at all times observe and comply with all federal, state and local laws, ordinances and regulations,
which in any manner effect the contract or the work, and shall indemnify and save harmless the Owner against any claims
arising from the violation of any such laws, ordinances, and regulations, whether by the Contractor or his employees. If the
Contractor observes that the plans and specifications are at variance therewith, he shall promptly notify the Owners'
71 Representative in writing and any necessary changes shall be adjusted as provided in the contract for changes in the work.
If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without
such notice to the Owner's Representative, he shall bear all costs arising therefrom.
The Owner is a municipal corporation of the State of Texas and the law from which it derives its powers, insofar as the
same regulates the objects for which, or the manner in which, or the conditions under which the Owner may enter into
contracts, shall be controlling, and shall be considered as part of this contract to the same effect as though embodied herein.
33. ASSIGNMENT AND SUBLETTING
The Contractor further agrees that he will retain personal control and will give his personal attention to the fulfillment of
this contract. The Contractor further agrees that subletting of arty portion or feature of the work, or materials required in
the performance of this contract, shall not relieve the Contractor from his full obligation:; to the Owner, as provided by this
contractual agreement.
34. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed by and between the Contractor and the Owner, that the date of beginning and
time for completion as specified in the contract of work to be done hereunder are essential conditions of this contract; and it
is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be
specified in the Notice to Proceed.
If the Contractor should neglect, fail, or refuse to complete the work within the time herein specified, or any proper
extension thereof granted by the Owner, then the Contractor does hereby agree as part of the consideration for the awarding
of this contract, the Owner may withhold permanently from Contractor's total compensation, the sum of $100.00 (One
Hundred) PER DAY, not as a penalty, but as liquidated damages for the breach of the contract as herein set forth for each
and every calendar day that the Contractor shall be in default after the time stipulated for completing the work.
It is expressly understood and agreed, by and between Contractor and the Owner, that the time for the completion of the
work described herein is reasonable time for the completion of the same, taking into consideration the average climatic
change and conditions and usual industrial conditions prevailing in this locality.
The amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and
extreme difficulty in fixing and ascertaining actual damages the Owner would in such event sustain, and the amount is
agreed to be damages the Owner would sustain and shall be retained by the Owner from current periodical estimates for
payments or from final payment.
It is further agreed and understood between the Contractor and Owner that time is of the essence of this contract.
35. T1ME AND ORDER OF COMPLETION
It is the meaning and intent of this contract, unless otherwise herein specifically provided, that the Contractor shall be
} allowed to prosecute his work at such time and sessions, in such order of precedence, and in such manner as shall be most
�d conductive to economy of construction; provided, however, that the order and time of prosecution shall be such that the
work shall be substantially completed as a whole and in part, in accordance with this contract, the plans and specifications,
and within the time of completion designated in the proposals; provided, also, that when the Owner is having other work
done, either by contract or by his own force, the Owner's Representative may direct the time and manner of constructing
r
E
f
work done under this contract so that conflicts will be avoided and the construction of the various works being done for the
Owner shall be harmonized.
The Contractor shall submit, at such times as may reasonably be requested by the Owner's Representative, schedules which
shall show the order in which the Contractor proposes to carry on the work, with dates at which the Contractor will start the
several parts of the work and estimated dates of completion of the several parts.
36. EXTENSION OF TIME
The Contractor agrees that he has submitted his proposal in full recognition of the time required for the completion of this
project, taking into consideration the average climatic range and industrial conditions prevailing in this locality, and has
considered the liquidated damage provisions of paragraph 33 hereinabove set forth and that he shall not be entitled to, nor
will he request, an extension of time on this contract, except when his work has been delayed by an act or neglect of the
Owner, Owner's Representative, employees of the Owner or other contractors employed by the owner, or by changes ordered
in the work, or by strike, walkouts, acts of God or the public enemy, fire or flood. The Contractor may apply in writing for
an extension of time, submitting therewith all written justification as may be required by Owner's Representative for such an
extension as requested by Contractor. The Owner's Representative within ten (10) days after receipt of a written request for
an extension of time by the Contractor supported by all requested documentation shall then submit such written request to
the City Council of the City of Lubbock for their consideration. Should the Contractor disagree with the action of City
Council on granting an extension of time, such disagreement shall be settled by arbitration as hereinafter provided.
37. HINDRANCE AND DELAYS
In executing the contract agreement, the Contractor agrees that in undertaking to complete the work within the time herein
fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether
growing out of delays in securing material or workmen or otherwise. No charge shall be made by the Contractor for
hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the
work is stopped by order of the Owner or Owner's Representative for the Owner's convenience, in which event, such
expense as in the judgment of the Owner's Representative that is caused by such stoppage shall be paid by Owner to
Contractor.
38. QUANTITIES AND MEASUREMENTS
No extra or customary measurements of any kind will be allowed, but the actual measured or computed length, area, solid
contents, number and weight only shall be considered, unless otherwise specifically provided.In the event this contract is let
on a unit price basis, then Owner and Contractor agree that this contract, including the specifications, plans and other
contract documents are intended to show clearly all work to be done and material to be furnished hereunder. Where the
estimated quantities are shown for the various classes of work to be done and material to be furnished under this contract,
they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing their
proposals offered for the work. It is understood and agreed that the actual amount of work to be done and the materials to
be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this
contract is the unit price method, payment shall be for the actual amount of work done and materials furnished on the
project.
39. PROTECTION OF ADJOINING PROPERTY
The Contractor shall take proper means to protect the adjacent or adjoining property or properties in any way encountered,
which may be injured or seriously affected by any process of construction to be undertaken under this agreement, from any
damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on
account of his failure to fully protect all adjacent property. The Contractor agrees to indemnify, save and hold harmless the
Owner against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing
out of the performance of this contract, but such indemnity shall not apply to any claim of any kind arising out of the
existence or character of the work.
F'
40. PRICE FOR WORK
In consideration of the furnishing of all necessary labor, equipment and material and the completion of all work by the
Contractor, and on the delivery of all materials embraced in this contract in full conformity with the specifications and
stipulations herein contained, the Owner agrees to pay the Contractor the price set forth in the proposal attached hereto,
which has been made a part of this contract, and the Contractor hereby agrees to receive such price in full for furnishing all
materials and all labor required for the aforesaid work, also, for all expenses incurred by him and for well and truly
performing the same and the whole thereof in the manner and according to this agreement, the attached specifications,
plans, contract documents and requirements of Owner's Representative.
41. PAYMENTS
No payments made or certificates given shall be considered as conclusive evidence of the performance of the contract, either
wholly or in part, nor shall any certificate or payment be considered as acceptance of defective work. Contractor shall at
any time requested during the progress of the work furnish the Owner or Owner's Representative with a verifying certificate
showing the Contractor's total outstanding indebtedness in connection with the work. Before final payment is made,
Contractor shall satisfy Owner, by affidavit or otherwise, that there are no outstanding liens against Owner's premises by
reason of any work under the contract. Acceptance by Contractor of final payment of the contract price shall constitute a
waiver of all claims against Owner which have not theretofore been timely filed as provided in this contract.
42. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor shall submit to Owner's Representative an application for partial
payment. Owner's Representative shall review said application for partial payment and the progress of the work made by
the Contractor and if found to be in order shall prepare a certificate for partial payment slowing as completely as practical
the total value of the work done by the Contractor up to and including the last day of the preceding month; said statement
shall also include the value of all sound materials delivered on site of the work that are to be fabricated into the work.
The Owner shall then pay the Contractor on or before the fifteenth day of the current month the total amount of the Owner's
Representative's Certificate of Partial Payment, less S% of the amount thereof, which S% shall be retained until final
payment, and further, less all previous payments and all further sums that may be retained by Owner under the terms of this
agreement. It is understood, however, that in case the whole work be near to completion, and this fact is certified to by
Owner's Representative and some unexpected and some unusual delay occurs due to no fault or negligence on the part of the
Contractor, the Owner may upon written recommendation of Owner's Representative pay a reasonable and equitable portion
of the retained percentage due Contractor.
43. FINAL COMPLETION AND ACCEPTANCE
Within thirty-one (31) days after the Contractor has given the Owner's Representative written notice that the work has been
completed or substantially completed, the Owner's Representative and the Owner shall inspect the work and within said
time, if the work be found to be completed or substantially completed in accordance with the contract documents, the
Owner's Representative shall issue to the Owner and Contractor his certificate of completion, and thereupon it shall be the
duty of the Owner within thirty-one (31) days to issue a certificate of acceptance of the work to the Contractor.
44. FINAL PAYMENT
Upon the issuance of the certificate of completion, the Owner's Representative shall proceed to make final measurement and
prepare a final statement of the value of all work performed and materials famished under the terms of the agreement, and
shall certify same to the Owner, who shall pay to the Contractor on or before the 31st day after the date of certificate of
r.. completion, the balance due Contractor under the terms of this agreement, provided he has fully performed his contractual
obligations under the terms of this contract; and said payment shall become due in any event upon said performance by the
Contractor. Neither the certificate of acceptance nor the final payment, nor any provisions in the contract documents shall
relieve the Contractor of the obligation for fulfillment of any warranty which may be required in the special conditions (if
any) of this contract or required in the specifications made a part of this contract.
45. CORRECTION OF WORK BEFORE FINAL PAYMENT FOR WORK
Contractor shall promptly remove from Owners' premises all materials condemned by the Owner's Representative on
account of failure to conform to the contract, whether actually incorporated in the work or not, and Contractor shall at his
own expense promptly replace such condemned materials with other materials conforming to the requirements of the
contract. Contractor shall also bear the expense of restoring all work of other contractors damaged by any such removal or
replacement. If Contractor does not remove and replace any such condemned work within a reasonable time after a written
notice by the Owner or the Owner's Representative, Owner may remove and replace it at Contractor's expense.
46. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision in this contract shall relieve the Contractor of responsibility for
faulty materials or workmanship, and he shall remedy any defects due thereto and pay for any damage to other work
resulting therefrom, which shall appear within a period of one (1) year from the date of substantial completion. The Owner
or the Owner's Representative shall give notice of observed defects with reasonable promptness.
47. PAYMENT WITHHELD
The Owner may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to
such extent as may be necessary to protect himself from loss on account of:
(a) Defective work not remedied.
(b) Claims filed or reasonable evidence indicating possible filing of claims.
(c) Failure of the Contractor to make payments promptly to subcontractors or for materials or labor.
(d) Damage to another contractor.
When the above grounds are removed, or the Contractor provides a surety bond satisfactory to the Owner, which will
protect the Owner in the amount withheld, payment shall be made for amounts withheld because of them.
48. TIME OF FILING CLAIMS
It is further agreed by both parties hereto that all questions of dispute or adjustment presented by the Contractor shall be in
writing and filed with the Owner's Representative within fifteen (15) days after the Owner's Representative has given any
directions, order or instruction to which the Contractor desires to take exception. The Owners' Representative shall reply to
such written exceptions by the Contractor and render his final decision in writing. In case the Contractor should appeal
from the decision of the Owner's Representative, any demand for arbitration shall be filed with the Owner's Representative
and the Owner in writing within ten (10) days after the date of delivery to Contractor of the final decision of the Owner's
Representative. It is further agreed that final acceptance of the work by the Owner and the acceptance by the Contractor of
the final payment shall be a bar to any claim by either party, except where noted otherwise in the contract documents.
49. ABANDONMENT BY CONTRACTOR
In case the Contractor should abandon and fail or refuse to resume work within ten (10) days after written notification from
the Owner or the Owner's Representative, or if the Contractor fails to comply with the orders of the Owner's Representative,
when such orders are consistent with this contract, this Agreement, or the Specifications hereto attached, then the Surety on
the bond shall be notified in writing and directed to complete the work and a copy of said notice shall be delivered to the
Contractor.
After receiving said notice of abandonment, the Contractor shall not remove from the work any machinery, equipment,
tools, materials or supplies then on the job, but the same, together with any materials and equipment under the contract for
work, may be held for use on the work by the Owner or the Surety of the Contractor, or another contractor, in completion of
the work; and the Contractor shall not receive any rental or credit therefore (except when used in connection with Extra
Work, where credit shall be allowed as provided for under paragraph 24 of this contract); it being understood that the use of
such equipment and materials will ultimately reduce the cost to complete the work and be reflected in the final settlement.
In case the Surety should fail to commence compliance with the notice for completion hereinbefore provided for althin ten
(10) days after service of such notice, then the Owner may provide for completion of the work in either of the following
r' elective manners:
(a) The Owner may employ such force of men and use of machinery, equipment, tools, materials and supplies as said
Owner may deem necessary to complete the work and charge the expense of such labor, machinery, equipment,
tools, materials and supplies to said Contractor, and the expense so charged shall be deducted and paid by the
Owner out of such moneys as may be due, or that may thereafter at any time become due to the Contractor under
and by virtue of this Agreement. In case such expense is less than the sum which would have been payable under
this contract, if the same had been completed by the Contractor, then said Contractor shall receive the difference.
In case such expense is greater than the sum which would have been payable under this contract, if the same had
been completed by said Contractor, then the Contractor and/or his Surety shall pay the amount of such excess to
the Owner, or
(b) The Owner, under scaled bids, after notice published as required by law, at least twice in a newspaper having a
general circulation in the County of location of the work, may let the contract for the completion of the work under
substantially the same terms and conditions which are provided in this contract. In case of any increase in cost to
the Owner under the new contract as compared to what would have been the cost under this contract, such increase
shall be charged to the Contractor and the Surety shall be and remain bound therefore. However, should the cost to
complete any such new contract prove to be less than that which would have been the cost to complete the work
under this contract, the Contractor or his Surety shall be credited therewith.
When the work shall have been substantially completed, the Contractor and his Surety shall be so notified and certificates of
completion and acceptance, as provided in paragraph 42 hereinabove set forth, shall be issued A complete itemized
statement of the contract accounts, certified to by Owner's Representative as being correct shall then be prepared and
delivered to Contractor and his Surety, whereon the Contractor or his Surety, or the Owner as the case may be, shall pay the
balance due as reflected by said statement within 30 days after the date of certificate of completion.
In the event the statement of accounts shows that the cost to complete the work is less than that which would have been the
cost to the Owner had the work been completed by the Contractor under the terms of this contract, or when the Contractor
and/or his Surety shall pay the balance shown to be due by them to the Owner, then all machinery, equipment, tools,
materials or supplies left on the site of the work shall be turned over to the Contractor and/or his Surety. Should the cost to
complete the work exceed the contract price, and the Contractor and/or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the
site of the work, notice thereof, together with an itemized list of such equipment and materials shall be mailed to the
Contractor and his Surety at the respective addresses designated in this contract; provided, however, that actual written
notice given in any manner will satisfy this condition. After mailing, or other giving of such notice, such property shall be
held at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect
such property. After fifteen (15) days from the date of said notice the Owner may sell such machinery, equipment, tools,
materials or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale
may be made at either public or private sale, with or without notice, as the Owner may elect. The Owner shall release any
machinery, equipment, tools, materials, or supplies which remain on the •jobsite and belong to persons other than the
Contractor or his Surety, to their proper owners.
50. ABANDONMENT BY OWNER
In case the Owner shall fail to comply with the terms of this contract, and should fail or refuse to comply with said terms
within ten (10) days after written notification by the Contractor, then the Contractor may suspend or wholly abandon the
work, and may remove therefrom all machinery, tools, and equipment, and all materials on the ground that have not been
r included in payments to the Contractor and have not been incorporated into the work. Thereupon, the Owner's
Representative shall make an estimate of the total amount earned by the Contractor, which estimate shall include the value
of all work actually completed by said Contractor at the prices stated in the the attached proposal, the value of all partially
completed work at a fair and equitable price, and the amount of all Extra Work performed at the prices agreed upon, or
provided for by the terms of this contract, and a reasonable sum to cover the cost of any provisions made by the Contractor
to carry the whole work to completion, and which cannot be utilized. The Owner's Representative shall then make a final
statement of the balance due the Contractor by deducting from the above estimate all pro ious payments by the Owner and
r" all other sums that may be retained by the Owner under the terms of this Agreement, and shall certify same to the Owner
f
who shall pay to the Contractor on or before thirty (30) days after the date of the notification by the Contractor the balance
shown by said final statement as due the Contractor, under the terms of this Agreement.
51. BONDS
The successful bidder shall be required to furnish a performance bond and payment bond in accordance with Article 5160,
Vernon's Annotated Civil Statutes in the amount of 100% of the total contract price, in the event said contract price exceeds
$25,000.00. If the contract price does not exceed $25,000.00, the statutory bonds will not be required. All bonds, if
required, shall be submitted on forms supplied by the Owner, and executed by an approved Surety Company authorized to
do business in the State of Texas. And it is further agreed that this contract shall not be in effect until such bonds are so
furnished.
52. SPECIAL CONDITIONS
In the event special conditions are contained herein as part of the contract documents and said special conditions conflict
with any of the general conditions contained in this contract, then in such event the special conditions shall control.
53. LOSSES FROM NATURAL CAUSES
Unless otherwise specified herein, all loss or damage to the Contractor arising out of the nature of the work to be done, or
from the action of the elements, or from any unforeseen circumstance and the prosecution of the same, or from unusual
obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by the
Contractor at his own cost and expense.
54. INDEPENDENT CONTRACTOR
Contractor is, and shall remain, an independent contractor with full, complete and exclusive power and authority to direct,
supervise, and control his own employees and to determine the method of the performance of the work covered hereby. The
fact that the Owner or Owner's Representative shall have the right to observe Contractor's work during his performance and
to carry out the other prerogatives which are expressly reserved to and vested in the Owner or Owner's Representative
hereunder, is not intended to and shall not at any time change or effect the status of the Contractor as an independent
contractor with respect to either the Owner or Owner's Representative or to the Contractor's own employees or to any other
person, firm, or corporation.
55. CLEANING UP
The Contractor shall at all times keep the premises free from accumulation of debris caused by the work, and at the
completion of the work he shall remove all such debris and also his tools, scaffolding, and surplus materials and shall leave
the work room clean or its equivalent. The work shall be left in good order and condition. In case of dispute Owner may
remove the debris and charge the cost to the Contractor.
CURRENT WAGE DETERMINATIONS
r..
r
The bins shall be of sufficient size to store the
amount of aggregate required to keep the plant in
continuous operation and of proper design to prevent
overflow of material from one bin to another bin. The
feed system shall provide a uniform and continuous flow
of aggregate in the desired proportion of the mixer.
Each aggregate shall be proportioned in a separate bin
with total and proportional control.
The system shall provide positive weight measurement of
the combined cold -aggregate feed by use of belt scales
or other approved devices. Provisions of a permanent
nature shall be made for checking the accuracy of the
measuring device as required by the Item, "Weighing and
Measuring Equipment". When a belt scale is used,
mixture production shall be maintained so that the
scale normally operates between 50 percent and 100
percent of its rated capacity. Belt scale operation
below 50 percent of the rated capacity may be allowed
by the Engineer if accuracy checks show the scale to
meet the requirements of the Texas Department of
Transportation Standard Construction Specifications,
Item 520, "Weighing and Measuring Equipment", at the
selected rate and it can be satisfactory demonstrated
to the Engineer that mixture uniformity and quality
have not been adversely affected.
(2) Scalping Screen
A scalping screen shall be required, unless otherwise
shown on the plans, and shall be located ahead of any
weighing device.
(3) Asphaltic Material Measuring System
An asphaltic material measuring device meeting,the
requirements of the Texas Department of Transportation
Standard Construction Specifications, Item 520,
"Weighing and Measuring Equipment", shall be placed in
the asphalt line leading to the dryer -drum mixer so
that the cumulative amount of asphalt used can be
accurately determined. Provisions of a permanent nature
shall be made for checking the accuracy of the
measuring device output. The asphalt measuring device
and line to the measuring device shall be protected
with a jacket of hot oil or other approved means to
maintain the temperature of the line and measuring
device near that temperature specified for the
asphaltic material. The measuring system shall include
an automatic temperature compensation device to
maintain a constant percent by weight of: asphaltic
IV-18
the asphaltic material shall not be used. The dam
gate at the discharge end of the pugmixer and/or
,pitch of the mixing paddles shall be'so adjusted to
maintain a level of mixture in the pugmixer
between the shaft and the lower paddle tip (except
,r-
at the discharge end)
(9) Surge Storage System
A surge -storage system may be used. It shall be
adequate to minimize production interruption during
the normal day's operation. A device such as a gob
hopper or other similar devices approved by the
Engineer to prevent segregation in the surge
storage bin will be required. If the Contractor
elects to use a surge storage system, scales
r conforming to the requirements outlined herein will
be required.
(10) Scales
Scales maybe standard platform truck scales or
other equipment such as weigh hopper (suspended)
scales approved by the Engineer. All scales shall
conform to the Texas Department of Transportation
Standard Construction Specifications, Item 520,
"Weighing and Measuring Equipment." If truck scales are
used, they shall be placed at a location approved by
the Engineer. If other weighing equipment is used, the
Engineer may require weight checks by truck scales for
the basis of approval of the equipment.
C. Drum Mix Plant
Unless otherwise shown on the plans, the Contractor may, at
his option elect to use the drum mixing process in the
mixing of asphalt stabilized base material. The plant shall
be adequately designed and constructed for the process of
mixing aggregates and asphalt in the dryer -drum without
preheating the aggregates. The plant shall be equipped with
satisfactory conveyors, power units, aggregate handling
equipment and feed controls and shall consist of the
following essential pieces of equipment.
(1) Cold Aggregate Bin Unit and Feed System
-- The number of bins in the cold aggregate bin unit shall
be equal to or greater than the number of stockpiles of
individual materials to be'used.
IV-17
r-
The hot aggregate proportioning device shall be so
designed that when properly operated, a uniform and
continuous flow of aggregate into the mixer will be
maintained.
(6) Asphaltic Material Spray Bar
The asphaltic material spray bar shall be so
designed that the asphalt will spray uniformly and
continuously into the mixer.
(7) Asphaltic Material Meter
An asphaltic material recording meter meeting the
requirements of the Texas Department of Transportation
Standard Construction Specifications, Item 520, "Weighing
and
Measuring Equipment", shall be placed �.n the
asphalt line leading to the spray bar so that the
cumulative amount of asphalt used can be accurately
determined. Provisions of a permanent nature shall
be made for checking the accuracy of the meter
output. The asphalt meter and line to the meter
shall be protected with a jacket of hot oil or
other approved means to maintain the temperature of
the line and meter at or near that temperature
specified for the asphaltic material. Unless
otherwise shown on the plans, the temperature of
the asphaltic material entering the recording meter
shall be maintained at f 10OF of the temperature at
which the asphalt metering pump was calibrated and
set. Inability to maintain this tolerance in
temperature shall result in an adjustment of the
pay quantity for the asphaltic material.
If a pressure type flow meter is used :;o measure
the asphaltic material, the requirements of the
Texas Department of Transportation, Item 520"
Weighing and Measuring Equipment", shall apply.
( 8 ) Mixer
The mixer shall be of the pugmill continuous type
and shall have a capacity of not less than forty (40)
tons of mixture per hour. Any mixer that has a
tendency to segregate the aggregate or fails to secure
a thorough and uniform mixing of the aggregate with
IV-16
prevent spilling of aggregate or mixture from the
mixer.
(7) Surge -Storage System
A surge -storage system may be used. It shall be
adequate to minimize production interruptions during
the normal day's operation. A device such as a gob
hopper or other similar devices approved by the
Engineer to prevent segregation in the surge -storage
bin will be required. If the Contractor elects to use a
surge -storage system, scales conforming to the
requirements outlined herein will be required.
(8) Scales
Scales may be standard platform truck scales or other
equipment such as weigh hopper (suspended) scales
approved by the Engineer. All scales shall conform to
-- the Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and
Measuring Equipment". If truck scales are used, they
shall be placed at a location approved by the Engineer.
If other weighing equipment is used, the Engineer may
require weight checks by truck scales for the basis of
approval of the equipment.
B. Continuous Mixing Type
(1) Cold Aggregate Bin Unit and Proportioning Device
Same as for weigh -batch type of plant.
(2) Dryer
Same as for weigh -batch type of plant.
(3) Screening and Proportioning
Same as for weigh -batch type of plant.
(4) Hot Aggreqate Bin
The hot bins shall be so constructed that oversize
and overloaded material will be discarded through an
overflow chute. Hot aggregate bins that become
-- deficient in material shall activate a switch that
automatically stops the plant until proper
adjustments are made.
(5) Hot Aggregate Proportioning Device
IV-15
r".
Resolution V2502
January 8, 1987
Agenda Item #18
DGV:da
r•
RESOLUTION
'
WHEREAS, the City Council has heretofore established the general
prevailing rate of per diem wages for each craft or type of workmen or
mechanics needed to execute public works contracts for the City of Lubbock
`in accordance with the provisions of Vernon's Ann.Civ.St., Art. 5159a; and
WHEREAS, such wage rates were established by Resolution No. 719
enacted February 12, 1981, updated by Resolution No. 1590 enacted February
23, 1984; and
WHEREAS, such rates need to be updated at the present time in order
to reflect the current prevailing rate of per diem wages; NOW THEREFORE:
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the general prevailing rate of per diem wages for public works
i'
.contracts shall be as set forth in the following named exhibits, which
exhibits shall be attached hereto and made a part hereof for all intents
and purposes: .
r
'
Exhibit A: Building Construction*Trades
Exhibit B: Paving and Highway Construction Trades
'.,
Exhibit C: Electrical Trades
Exhibit D: Overtime Rate
Exhibit E: Weekend and Holiday Rate
Such wage rates are hereby found and declared to be the general prevailing
rate of per diem wages in all localities where public works are undertaken
on behalf of the City of Lubbock and such wage rates shall be included in
r-
r
all public works contracts as provided by law.
Passed by the City Council this 8th day of January 1987.
. ATE •
Ranett&-Boyd, City Secretary
APPROVED T. NTENT:
1
Bi 1 P,yne, D rector of Building
Services
G1y�
B.C. McMINN, MAYOR
APPROVED AS TO FORM:
e- yvil k"
Do ld G. Vandiver, First
Assistant City Attorney
F
EXHIBIT A
City of Lubbock
Building Construction Trades.
Prevailing Rates
Craft Hourly Rate
Acoustical Ceiling Installer
; $11.60
Air Conditioner Installer
8.35
Air Conditioner Installer -Helper
5.50
Bricklayer ;
10.50
Bricklayer -Helper
5.00
Carpenter
11.00
-Carpenter-Helper
5.50
Cement Finisher
7.35
Drywall Hanger _
8.70
Electrician
10.50
Electrician -Helper
5.25
Equipment Operator -
Heavy
8.00
Light
5.70
Floor Installer
8.00
Glazier
7.50
Insulator, Piping/Boiler
9.50
Insulator -Helper
5.00
Iron Worker
7.30
Laborer, General
4.75
Mortar Mixer
5.60
Painter
8.75
Plumber
9.25
Plumber -Helper
6.00
Roofer
7.65
Roofer -Helper
4.75
Sheet Metal Worker
8.75
Sheet Metal Worker -Helper
5.50
Welder - Certified
8.00
EXHIBIT B
Paving and Highway Construction
Prevailing Wage Rates
Craft
Asphalt Heaterman
Asphalt Shoveler
Concrete Finisher
Concrete Finisher -Helper
Electrician
Flagger
Form Setter
Form Setter -Helper.
Laborer, General
Laborer, Utility
Mechanic
Mechanic -Helper
POWER EQUIPMENT OPERATORS
Asphalt Paving Machine
Bulldozer
Concrete Paving Machinist
Front End Loader
Heavy Equipment Operator
Light Equipment Operator
Motor Grade Operator.
Roller
Scraper
Tractor
Truck Driver -
Light
Heavy
Hourly Rate
$5.25
4.75
7.35
4.75
10.50
4.75
6.50
5.50
4.75
5.80
6.50
6.00
6.00
5.25
6.50
5.85
6.40
6.40
8.00
5.25
5.25
5.50
5.25
5.25
EXHIBIT C
Electric Construction Trades
Prevailing Wage Rates
Craft dourly Rate
Power Line Foreman $11.00
Lineman Journeyman 10.45
Lineman Apprentice Series 8.90
Groundman Series 7.25
EXHIBIT Q
Prevailing Wage Rates
Overtime Rate
The rate for overtime (in excess of forty hours per week):is 1 1/2
times base rate.
r
EXHIBIT E
Prevailing Wage Rates
Weekend and Holiday Rate
The rate for weekend and holiday is.1 1/2 times base rate.
r
SPECIFICATIONS
r...j
CITY OF LUBBOCK
STREET/DRAINAGE ENGINEERING
DECEMBER 13, 1994
A.D.A. CURB RAMPS
(PHASE I)
PROJECT NO. 9923.9240
121%2l 94
EXISTING IMPROVEMENTS
BEHIND CURB AND GUTTER
AT PROPOSED LOCATIONS
LOCATION __
NUMBER I
1
2
3
4
5
6
7
8
9
10
Il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
PRIMARY
STREET
ANMRST ST
I ST PLACE
1ST PLACE
6TH ST.
6TH ST.
6TH ST.
6TH ST.
6TH ST.
6TH ST.
7TH ST.
7TH ST.
8111 ST.
8TH ST.
8TH ST.
9TH ST.
9TH ST.
9TH ST.
9TH ST.
9TH ST.
9TH ST.
9TH ST.
IOTH ST.
I OTH ST,
I OTH ST.
LOTH ST.
I OTH ST.
I OT14 ST.
IOTll ST.
MAIN ST.
MAIN ST.
MAIN ST.
MAIN ST.
MAIN ST.
MAIN ST_
SECONDARY
STREET
UNIVERSITY AVE.
BOSTON AVE.
AVE. H
UNIVERSITY AVE.
BOSTON AVE.
CANTON AVE.
FLINT AVE.
AVE. K
AVE. 0
TEXAS AVE.
AVE. K
UNIVERSITY AVE.
AVE. K
AVE. O
TEXAS AVE.
AVE. J
UNIVERSITY AVE.
AVE. K
AVE. L
AVE. M
AVE. O
AVE, G
AVE. H
TEXAS AVE.
AVE. J
AVE. K
AVE. L
UNIVERSITY AVE.
AVE. F
AVE. G
AVE.11
TEXAS AVE.
AVE. J
AVE. K
NORTHEAST
N/A
CONC. WALK
CONC. WALK
OLD STYLE RAMP
NEW STYLE RAMP
N/A
CONC. WALK
CONC. WALK
CONC. WALK
NEW STYLE RAMP
NIA
CONC. WALK
CONC. WALK
CONC. WALK
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
CONC. WALK
NEW STYLE RAMP
DECOR. BRICK
GRAVEL
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE; RAMP
OLD STYLE RAMP
CONC, WALK
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
NEW STYLE RAMP
LOCATION
CORNER -IMPROVEMENT
NORTHWEST _
_ SOUTHEAST _
CONC. WALK
N/A
OLD STYLE RAMP
CONC. WALK
N/A
CONC. WALK
NEW STYLE RAMP
OLD STYLE RAMP
CONC. WALK
NEW STYLE RAMP
CONC. WALK
HOT MIX ASPH. CONC.
N/A
GRASS
CONC. WALK
CONC. WALK
CONC. WALK
CONC. WALK
NEW STYLE RAMP
GRASS
N/A
N/A
N/A
OLD STYLE RAMP
N/A
CONC. WALK
N/A
CONC. WALK
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
N/A
OLD STYLE RAMP
CONC, WALK
CONC. WALK
CONC. WALK
CONC. WALK
NEW STYLE RAMP
CONC. WALK
N/A
ONC. WALK/2-RAMPS EX
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
OLD STYLE RAMP
CONC. WALK
CONC. WALK
CONC. WALK
NIA
OLD STYLE RAMP
CONC. WALK
GRAVEL
OLD STYLE RAMP
N/A
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
NEW STYLE RAMP
OLD STYLE RAMP
SOUTHWEST
OLD STYLE RAMP
CONC. WALK
N/A
NEW STYLE RAMP
NEW STYLE RAMP
GRASS
CONC. WALK
CONC. WALK
CONC.WALK
CONC. WALK
N/A
N/A
N/A
N/A
NEW STYLE RAMP
NEW STYLE RAMP
N/A
CONC. WALK
CONC. WALK
CONC. WALK
CONC. WALK
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
CONC. WALK
CONC. WALK
CONC. WALK
N/A
OLD STYLE RAMP
N/A
OLD STYLE RAMP
CONC. WALK
OLD STYLE RAMP
NEW STYLE RAMP
I
u
*REMARKS
LOC 7-CONSTRUCT THREE RAMPS
ON SW CORNER, CONSTRUCT
WALK ACROSS MEDIAN
LOC 1 I - TO BE CONSTRUCTED
UNDER SEPARATE CONTRACT
LOC 13 - CONSTRUCT RAMP ON
WEST SIDE AND IN MEDIAN
LOC 21 - CONSTRUCT TWO RAMPS
IN MEDIAN
,OCATION
NUMBER PRIMARY
(LOC) STREET
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
MAIN ST.
MAIN ST.
MAIN ST,
BROADWAY ST,
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST,
BROADWAY ST,
BROADWAY ST,
BROADWAY ST,
BROADWAY ST,
BROADWAY ST,
BROADWAY ST.
BROADWAY ST,
BROADWAY ST
BROADWAY ST.
BROADWAY ST,
BROADWAY ST.
BROADWAY ST.
BROADWAY ST
BROADWAY ST
BROADWAY ST
13TH ST.
13TI3 ST.
13711 ST,
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
SECONDARY
STREET NORTHEAST
AVE. M
OLD STYLI: RAMP
AVE. T
CONC.WALK
UNIVERSITY AVE.
OLD STYLE RAMP
AVE. E
CONC. WALK
AVE. F
CONC. WALK
AVE. G
N/A
AVE. H
OLD STYLE RAMP
TEXAS AVE.
OLD STYLE, RAMP
AVE. J
OLD STYLE RAMP
AVE. K
OLD STYLE RAMP
AVE. L
OLD STYLE RAMP
AVE. M
NEW STYLE RAMP
AVE. N
CONC.WALK
AVE. O
CONC. WALK
AVE. R
CONC. WALK
AVE. T
CONC. WALK
AVE. S
CONC. WALK
AVE. U
CONC. WALK
AVE. V
CONC.WALK
VERNON AVE.
CONC. WALK
AVE. W
CONC.WALK
AVE. X
CONC.WALK
UNIVERSITY AVE.
NEW STYLE RAMP
AVE. E
N/A
AVE. G
OLD STYLE RAMP
AVE. H
NEW STYLE RAMP
TEXAS AVE.
N/A
AVE. J
CONC.WALK
AVE. K
OLD STYLE RAMP
AVE. L
OLD STYLE RAMP
AVE. M
CONC. WALK
AVE. N
NEW STYLE RAMP
AVE. O
CONC. WALK
UNIVERSITY AVE. I OLD/NEW STYLE RAMPS
_ NORTHWEST -..
CONC. WALK
CONC. WALK
N/A
CONC. WALK
CONC. WALK
N/A
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
DECOR. BRICK
CONC. WALK
CONC. WALK
CONC. WALK
CONC.WALK
CONC. WALK
CONC. WALK
CONC.WALK
CONC. WALK
N/A
NEW STYLE RAMP
NEW STYLE RAMP
NEW STYLE RAM'
N/A
OLD STYLE RAMP
CONC.WALK
OLD STYLE RAMP
OLD STYLE RAMP
NEW STYLE RAMP
CONC.WALK
CONC. WALK
N/A
LOCATION_
CORNER -IMPROVEMENT
SOUTHEAST
NEW STYLE RAMP
CONC.WALK
OLD STYLE RAMP
CONC. WALK
CONC. WALK
OI.D STYLE, RAMP
NEW STYLE RAMP
OLD STYLE RAMP
CONC.WALK
CONC.WALK
OLD STYLE RAMP
NEW STYLE RAMP
NEW STYLE RAMP
CONC. WALK
CONC.WALK
CONC. WALK
CONC.WALK
CONC.WALK
CONC. WALK
CONC.WALK
CONC. WALK
N/A
NF.W STYLE RAMP
N/A
OLD STYLE RAMP
OLD STYLE RAMP
CONC.WALK
OLD STYLE RAMP
OLD STYLE RAMP
CONC. WALK
OLD STYLE RAMP
CONC.WALK
OLD STYLE RAMP
NEW STYLE RAMP
SOUTHWEST
OLD STYLE RAMP
CONC.WALK
N/A
CONC.WALK
CONC.WALK
NEW STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
CONC.WALK
CONC. WALK
OLD STYLE RAMP
DECOR. BRICK
CONC.WALK
CONC. WALK
CONC.WALK
CONC. WALK
CONC. WALK
CONC. WALK
CONC. WALK
CONC. WALK
N/A
NEW STYLE RAMP
NEW STYLE RAMP
OLD STYLE. RAMP
CONC.WALK
OLD STYLE RAMP
OLD STYLE RAMP
OLD STYLE RAMP
CONC.WALK
OLD STYLE RAMP
CONC.WALK
CONC.WALK
N/A
I
• REMARKS
LOC 35 - ADD CONC. WALK
ON NW CORNER
LOC 37 - CONSTRUCT ONE NEW
STYLE RAMP ON WEST SIDE
64 & 65- REPAIR WALK AS
68 - CONSTRUCT ONE RAMP
- - - - .. - - - --- -- - --- -- ---- --- ..- - - -- ....-------.__ _.. - --- - - - --- -- ._ - -- ------------ -
LOCATION LOCATION
NUMBER PRIMARY SECONDARY CORNER -IMPROVEMENT
(LOC) STREET STREET NORTHEAST NORTHWEST SOUTHEAST SOUTHWEST *REMARKS
69 14TH ST. AVE. E NEW STYLE? RAMP N/A NEW STYLE RAMP N/A AT NE CORNER
70 14TE1 ST. AVE. F N/A CONC. WALK CUNC. WALK CONC. WALK
PROPOSED CONSTRUCTION
BEHIND CURB AND GUTTER
AT PROPOSED LOCATIONS
,OCATION
_
NUMBER
PRIMARY
(LOC)
STREET
I
AMHERST ST.
2
1ST PLACE
3
I ST PLACE
4
6TH ST.
5
6TH ST.
6
6TH ST.
7
6TH ST.
8
6TH ST.
9
6TH ST.
10
7TH ST.
I I
7TH ST.
12
8TH ST.
13
8TH ST.
14
8TH ST.
15
9TH ST.
16
9TH ST.
17
9TH ST.
18
9TH ST.
19
9TH ST.
20
9TH ST.
21
9TH ST.
22
10TH ST.
23
IOTH ST.
24
I0TH ST.
25
IOTH ST.
26
I OTH ST.
27
I0TH ST.
28
1 OTH ST.
29
MAIN ST.
30
MAIN ST.
31
MAIN ST.
32
MAIN ST.
33
MAIN ST.
34
MAIN ST.
SECONDARY
STREET
UNIVERSITY AVE.
BOSTON AVE.
AVE. H
UNIVERSITY AVE.
BOSTON AVE.
CANTON AVE.
FLINT AVE.
AVE. K
AVE. O
TEXAS AVE.
AVE. K
UNIVERSITY AVE.
AVE. K
AVE. O
TEXAS AVE.
AVE. J
UNIVERSITY AVE.
AVE. K
AVE. L
AVE. M
AVE. O
AVE. G
AVE. H
TEXAS AVE.
AVE. J
AVE. K
AVE. L
UNIVERSITY AVE.
AVE. F
AVE. G
AVE. H
TEXAS AVE.
AVE. J
AVE. K
LOCATION
------------- ---------
CORNER-IMPROVEMENT
NORTHEAST
N/A
NORTHWEST
---------------
CONSIRUCT RAMP
SOUTHEAST
N/A
SOUTHWEST
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
N/A
CONSTRUCT RAMP
N/A
N/A
N/A
CONSIRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
N/A
CONSTRUCT RAMPS
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
N/A
CONSTRUCT RAMP
N/A
N/A
N/A
N/A
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
N/A
RECONSTRUCT RAMP
N/A
I
0
*REMARKS
LOC 7-CONSTRUCT THREE RAMPS
ON SW CORNER, CONSTRUCT
WALK ACROSS MEDIAN
LOC 11 - TO BE CONSTRUCTED
UNDER SEPARATE CONTRACT
LOC 13 - CONSTRUCT RAMP ON
WEST SIDE AND IN MEDIAN
LOC 2 1 - CONSTRUCT TWO RAMPS
IN MEDIAN
.00ATION
NUMBER
-(LOC)--
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
PRIMARY
-STREET_
MAIN ST.
MAIN ST.
MAIN ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST,
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST,
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST.
BROADWAY ST,
BROADWAY ST,
BROADWAY ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
13TH ST.
SECONDARY
STREET
AVE. M
AVE. T
UNIVERSITY AVE.
AVE. E
AVE. F
AVE. G
AVE. H
TEXAS AVE.
AVE. J
AVE. K
AVE. L
AVE. M
AVE. N
AVE. O
AVE. R
AVE. T
AVE. S
AVE. U
AVE. V
VERNON AVE.
AVE. W
AVE. X
UNIVERSITY AVE.
AVE. E
AVE. G
AVE. 14
TEXAS AVE.
AVE. J
AVE. K
AVE. L
AVE. M
AVE. N
AVE. O
UNIVERSITY AVE_
NORTHEAST-
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
RECONSTRUCT RAMP
N/A
N/A
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAMP
RECONSTRUCT RAMP
LOCATION
1CORNERIMPROVEMENT
1
NORTHWEST -. SOUTHEAST
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
CONSTRUCT RAN'
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRICT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
N/A
N/A
N/A
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
CONSTRUCT RAMP
CONSTRUCT RAMP
- -- - N/A ----
N/A
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
OLD STYLE RAMP
N/A
N/A
CONSTRICT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRICT RAMP
RECONSTRUCT RAMP
N/A
SOUTHWEST
*REMARKS
RECONSTRUCT RAMP
LOC 35 - ADD CONC. WALK
CONSTRUCT RAMP
ON NW CORNER
N/A
LOC 37 - CONSTRUCT ONE RAMP
CONSTRUCT RAMP
ON WEST SIDE
CONSTRUCT RAMP
N/A
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
CONSTRUCT RAMP
N/A
N/A
N/A
RECONSTRUCT RAMP
CONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
RECONSTRUCT RAMP
CONSTRUCT RAMP
LOC 64 & 65- REPAIR WALK AS
RECONSTRUCT RAMP
NEEDED
CONSTRUCT RAMP
CONSTRUCT RAMP
- N/A _
LOC 68 - CONSTRUCT ONE RAMP
I
LOCATION LOCATION
NUMBER PRIMARY SECONDARY CORNER -IMPROVEMENT
(LOP STREET STREET NORTHEAST NORTHWEST SOUTHEAST SOUTHWEST *REMARKS
... . ......
69 14TH ST. AVE. E N/A N/A N/A N/A AT NE CORNER
70 14TH ST. AVE. F N/A CONSTRUCT RAMP CONSTRUCT RAMP CONSTRUCT RAMP
TRAFFIC CONTROL PLAN
f
1
E p
ROAD WORK
OPTIONAL)
OAWOR —� / / WAD
AHEAD AH
(OPMU-)
A flo I
wo a�e If
necessary wfth
prop�er advance
w
9.
i�
ROAD WORK / / X RC T LANE
(OPTIONAL) MUST
TURN wcHr
KEY:
C
1 Tubular markers
!-
NOTES:
1.
Flashing warning lights and/or
flags may be used to call atten—
tion to the warning signs.
2.
Devices used in a series for
channelization purposes at night
L
should be supplemented with
steady burn lights or delineators
as needed.
3.
All distances and spacing shown
are approximate.
4.
All traffic control devices used at
night shall be reflectorized or il—
luminated.
5.
The word UTILITY may be sub—
stituted for ROAD in all signs
where applicable.
6.
All required work not shown to be in
the
accord with MUTCD.
L
ROAD wORK
PROHIBIT PARKING AS NECESSARY
Posted
x
Speed or
Min.
85% Speed
Distance
(MPH)
(Feet)
30 or less
80
35
120
45
240
MUTCD FKM 6-7.4
F
r
is
r
r
6
CONSTRUCTION DETAILS
i ro
m
7
r
{
r
2-A-039
1/4!' tool
edge, typ.
TOP OF
Dummy groove joints
gash side of ramp.
PLAIN Ii !y J; (FULL EPTH)PANSION LOCATED AIS
�+ S SHOWN.
CURB TO RAMP DOWN IN S'OY
BOTH SIDES
'P ROLLER "JITTERBUG" FINISH ON
CENTER 3' RAMP PORTION ONLY.
A
!<2
4" WIDE PAVEMENT STRIPE
S ADJACENT TO BOTH SIDES
.ENTERED IN C.80. RADIUS
EXTENT PRACTICABLE.
IN RADIUS
STRAIGHT C. B G. SAME NOTES APPLY AS
RADIUS PLAN VIEW AT
LEFT.
FRONT VIEW
3� 5*-6"Min.• �+6��
I I
40 • A:D,Q o;
NO SCALE
N MINIMUM FINISHED / �A
� THICKNESS + 4" �\J/
v SECTION A -A
0
w
c0 TYPICAL HANDICAP RAMP PLAN WHERE NO SIDEWALK EXISTS BEHIND CURB
AT EACH
SIDE OF RAMP %2• M►N.
SAWCUT DEPTH
SAW CUT
6' LINE
TO BE REMOVED
4
CONTRACTION MARKING
(TOOLED JO/NT!
_0
PROPOSED
R,,Wp GUTTER FLOW UNE
F MIN SAWCUT DEPTH
i. SECTION
24
TYPICAL CURB REMOVAL
2" R
KR
N
Down curb section.
-N
rf 24"
4-V4'3/a-�
24"
1"
IV:
D •'I
.per � •!:
6"
NOTE: Contractor may use either of the above sections.
9-11/16"
ti 3.. 9.. .��• 99 9�. 6
v�
24"
TYPE A
TYPE B
TYPE C
NOTE : Reinforced gutter section will be constructed with three No. 3 bars running the entire length of
the driveway section and the three horizontal bars will be supported with dairy, an a spacing
to give accurate placement.
TYPICAL CURB AND GUTTER SECTIONS
FILE No. 2-A-57
IKr.1.
2% Slopes /
ea v'ct1 � .► ' � •
SEC 7710" VIEW
CURB a
CUTTER
VAIN ES
to!
TYPICAL
Landing to slope 2% .%`�,
' ao; R-25'
!O to
,CCAZoAvT V45W
1' z 5'
MOTE: A skid resistant surface shall
be made of the 3'x 5.5' rasp
section utilizing a diamond
mesh pattern (or equivalent
pattern approved by the engineer).
Minfmm pattern openings shall
be 3/40 x 1/2", maxhua openings
shall be 2" x 3/4e. The 3' x S.S'
rasp section shall be serked using
a i" wide votiiiw stripe placed
I.&VItudinally along each outside
edge of the rasp section. The yellow
stripe wry► be painted or taped as per
City of Lubbock specifications.
RAMP- 440ff Cm m% FbMak
PLATE No. 9
OCTOBER,1994
STEPPED WALK RAMP
PERSPECTIVE VIEW
NO SCALE
TOP OF SIDEWALK
Hr4x.
RAMP
`
i -
2'%
MAX.
LANDING
5
MAX.
RAMP
row
211
Al
CURB
A GUTTER
PAVEMENT
CITY OF
LUBBOCK
ENGINEERING DEPT.
(4)• Landings,
(a) Where a perpendicular pubiie sidewalk
curb ramp is provided. a landing the width of
the public sidewalk curb ramp shall be pro-
vided at the top of the ramp tun (see Fig. 58).
The slope of the landing shall not exceed 1:50
in any direction. The landing shall be 48 to
(1220 nmj minimum to length and shall
connect to the continuous passage in each
direction of travel.
(b) Where a paraiki public sidewalk curb
ramp is proOded, as permitted in 14.2.4M
Exception, a landing the width of the paraDcl
public stdcrwalk curb ramp and a minimum of
60 in 0525 mm) to length in the direction of
the ramp run shall be provided at the bottom
of the parallel public sidewalk curb ramp. The
slope of the landing shall not exceed 1:50 in
any direction. `At marked crossings, the re• • . .
quired landing at the bottom of the parallel -
public sidewalk curb ramp shall be wholly.
contained within the markings.
(c) Where parallel and perpendicular
public sidewalk curb ramps are combined to
serve a street crossing, as permitted in
14.2.4(2). the: landing required for the perpen-
dicular public sidewalk curb ramp may be
cotaciclent with that provided for the parallel
i public sidewalk curb ramp.
(5) Slope. The minimum feasible running
slope shall be provided for any public sidewalk
curb ramp and shall be measured from a level
�,• plane. as shown to Fig. 61. ?fie maximum
running slope of any public sidewalk curb
ramp shall be I:12. The maadmum cross slope
of any public sidewalk curb ramp shall be
1:50.
i
EXCEF''TION: A parallel public sidewalk curb
ramp allowed by 14.2.4(2) Exception shall have -
a maximum slope of 1:12 when measured from
a level plane as shown in Fig. 61 but shall not
be required to exceed 96 in (2440 mm) in
length.
(6) Edges. Whcre a side of a perpendicular
public sidewalk curb ramp is contiguous with
a public sidewalk, it shall be Dared, with a
slope of 1:10 maximum. A perpendicular
t public sidewalk curb ramp may have a re-
turned side or flare of any. slope when not
contiguous with a public sidewalk or where
protected by a guardrail or other barrier. -
PerpeUicslu Public aldewwl scab Rmp
Parallel Public sidewalk Curb Ramp
(c)
Combdne4 (PsrallelfPerpccdicalir) Public
60nm k Curb Ramp
rig. 59
Public Sidewalk Curb Ramps
Note:. See -new construction and alteration
provisions for minimum dimensions for public
sidewalk;curb ramps shown ,in Figure 59.
TECHNICAL SPECIFICATIONS
MATERIALS_OF CONSTRUCTION
1. GENERAL
r„ The following paragraphs give the specifications on the
various materials which are to be used in this project. On
minor items a certificate from the manufacturer may be
required, certifying that the material or equipment meets the
specifications for such material as specified herein. All
materials shall be subject to the approval of the Engineer
before being used.
All references made in these specifications to American
Society for Testing and Materials (ASTM) standards refer to
the fixed designation. The latest revision of each standard is
to be used.
All references made in these specifications to the Texas
Department of Transportation (Tx DOT) Standard Construction
Specifications refer to the version adopted March 1, 1993.
2. CONCRETE
A.Cement
r`•
Cement shall conform to ASTM C 150, "Standard Specification
for Portland Cement," Type I and Type III; and air -
entrained cement shall also conform to ASTM C 226, "Standard
Specifications for Air -Entraining Portland Cement" Type IA
and Type IIIA.
The cement shall be an approved brand. Bulk or sacked cement
+- can be used. A bag shall contain ninety-four pounds (94##)
net. Bags varying by more than five percent (W from the
!' specified weight may be rejected. Bulk cement shall be
weighed on scales approved by the engineer.
B. Aggregate
Description
Concrete aggregates shall consist of natural, washed and
screened sand, and washed and screened gravel or clean
crushed stone conforming to ASTM C 33, "Standard
Specifications for Concrete Aggregates," and conforming to
Texas Department of Transportation Standard Construction
Specifications, Item No. 421, "Portland Cement Concrete".
IV-1
r
Coarse aggregate for Class "C" Concrete Street Paving shall
be crushed limestone (Brownwood Type). The aggregate shall
be well graded from coarse to fine and shall be free from
injurious amount of clay, soft or flaky materials, loam.or"
organic impurities. All aggregate shall be approved by the
Engineer before use. Maximum size of aggregate shall be
one and one-half inches (1%"). Aggregate for concrete
construction proposed to be used in this project shall have
a loss not to exceed eighteen percent (18t) when subjected
to five (5) cycles of ASTM C,88, "Test Method for Soundness
of Aggregates by use of Sodium Sulfate or Magnesiu
Sulfate".
Amounts.of organic impurities shall conform to ASTM.0 40,
"Test Method for Organic Impurities In Fine Aggregate for
Concrete" and ASTM C 87, "Standard Test Method for Effect
of Organic Impurities in Fine Aggregate on Strength of
Mortar".
Amounts of impurities finer than the No. 200 sieve shall
conform to ASTM C 117, "Standard Test Method for
Materials Finer Than The No. 200 Sieve In Mineral
Aggregates By Washing".
Amounts of soft particles such as coal, lignite, wood or
other fibrous materials shall conform to ASTM C 123,
"Standard Test Methods For Lightweight Pieces In
Aggregate".
Amounts of friable particles shall"conform to ASTM C 142,
"Standard Test Methods For Clay Lumps And Friable Particles
In Aggregates".
Stockpiles
The location of all stockpiles of aggregate shall be
approved by the Engineer prior to unloading as to zoning
requirements, smoothness and compaction of the ground, and
traffic conditions. Stockpiles of aggregate to be
incorporated into the project shall be protected from dust
by drift fences of any suitable material approved by the
Engineer, when sandstorm possibilities exist. Care will be
taken to prevent dusty conditions in the stockpile area
from any sources. The Contractor shall not use methods
which allow the aggregate to roll down the slope as it is
added to the existing piles. Contractor shall not allow
equipment to operate over the same level repeatedly.
Stockpiles shall be built in layers of uniform thickness on
slopes not flatter than 3:1.
IV-2
F
7
C. Water
Water shall be clean, clear, free from oil, acid or organic
matter and free from injurious amounts of alkali, salts or
other chemicals and conform to AASHTO T26, "Standard Method
of Test For Quality of Water To Be Used In Concrete".
D. Concrete Materials Test
Pre -Construction Tests
The contractor will submit test certificates from an
r• approved commercial laboratory on all aggregates proposed
for use on this work. Tests should be made approximately
20 days before beginning the concrete operation.
The contractor will submit in advance of construction the
mix design and the result of compression tests made by a
commercial laboratory. The compression tests shall conform
j" to ASTM C 39. "Test Method for Compressive Strength of
Cylindrical Concrete Specimens". Compression tests shall be
made on each type of concrete mix design proposed for use
on this project.
Compression tests shall be made on 6 cylinders for each
mix, 3 tested in 3 or 7 days, 3 tested at 7 or 28 days.
Additional tests shall be furnished if material source is
changed or if concrete used varies from the original
design.
The Engineer shall approve the mix design after the pre -
construction tests have been completed.
Construction Tests
Tests of the aggregates and the concrete will be made by
the Engineer during construction to determine conformity
with the specifications. Test cylinders will be made in
accordance with ASTM C 31," Method of Making and Curing
Concrete Compression and Flexure Test Specimens in the
Field". The specimens shall be cured under standard
moisture and temperature conditions in accordance with
ASTM C 192, "Practice for Making and Curing Concrete Test
Specimens in The Laboratory".
Strength tests shall be made, in general, for each day's
run, or for each 50 cubic yards of concrete if a day's run
greatly exceeds this amount, but these tests may be made
entirely at the discretion of the Engineer. Strength tests
on Class "C" Concrete shall be made for approximately each
30 cubic yards, or every third truck on each day's run. The
IV-3
costs of all such testing will be borne by the City but the
Contractor shall cooperate in securing and storing samples
and shall furnish all materials required for sampling.
A strength test shall consist of five standard test
cylinders made from a composite sample obtained in
accordance with ASTM C 172, "Practice For Sampling Freshly
Made Concrete". Two of the cylinders shall be tested at 3
or 7 days and at 7 or 28 days. The fifth cylinder shall be
held available for subsequent testing, if determined
necessary by the Engineer. The test result shall be the
average of the two 7 or 28 day specimens, except that, if
one specimen in the test shows manifest evidence of
improper sampling, molding, or testing, it shall be
discarded and the remaining two strengths averaged. Should
more than one specimen representing a given test show
definite defects, due to improper sampling, molding or
testing, the entire test shall be discarded.
The result of the 7 or 28 day strength tests shall be used
as the basis for accepting or rejecting the concrete
represented.
The results of the 3 or 7 day strength tests will be
compared with the 3 or 7 day strength of the
preconstruction test cylinders for the type and slump of
the concrete being produced. Should the 3 or 7 day
strengths indicate a deficiency in the 7 or 28 day
strengths, the Engineer may require a temporary change in
proportions to correct such deficiency. Such change shall
remain in effect until the 7 or 28 day strength of the
material in question is determined, at which time the
change shall become permanent or shall be rescinded,
depending upon the results of the 7 or 28 day test.
The engineer shall record the delivery ticket number for
the concrete and the exact location in the work at which
each load represented by a strength test is deposited.
E. Concrete Desig
Concrete conforming to these specifications may be "Ready -
Mixed" in accordance with ASTM C 94, "Standard.
Specifications For Ready -Mixed Concrete". Transporting
vehicles shall be operated such as to insure delivery and
placement in forms without loss or segregation of
ingredients and within one hour of mixing time. Concrete
shall be mixed continuously during transit.
Mix Design
IV-4
All concrete for curb and gutter, valley gutters, fillets
and alley stubs, alley slabs, drainage channels, inlet
,.. boxes, headwalls, and medians shall have five percent (5t)
air entrainment (±1-1/2t tolerance). The concrete mix
design shall be based on water -cement ratio, and shall be
as follows for the different classes of concrete.
Minimum Sacks Max. Gal. Max. Slump
Class Cement per C.Y. Water per sack in inches
A 5
6.5 4
C 6
6 3
E 5.5
5.5 3
F 6
5.5 2
The concrete mix design for the different classes shall
also be such that the compressive and flexural strength for
each class shall not be less than the following:
Class
33 day
day
A ---
2100
C ---
3000
E 2500
3000
F 2900
3500
Minimum Average for
any test =
beam strength
600
28 day
3000
3600
Any concrete failing to meet these strength requirements or
air content shall.be removed and replaced.
Low Strength Concrete
Any class of concrete incorporated in any part of the
project which does not meet the strength requirements
specified above, shall be considered low strength concrete.
Low strength concrete shall be removed and -eplaced at the
expense of the Contractor.
i The Engineer shall determine the exact limits of any low -
strength concrete required to be removed and replaced under
the provisions of this paragraph. The methods to be used
in removing and replacing such concrete shall be approved
by the Engineer.
F. Classification
Unless otherwise shown on the plans: Class A concrete
shall be used for curb and gutter, fillets, drainage
channels, medians, inlet boxes, headwalls and sidewalks;
IV-5
7
Class C concrete shall be used for concrete paving and
valley gutters constructed in thoroughfare and collector
streets; Class E concrete shall be used for valley gutters
on streets other than thoroughfares and collectors and for
alley returns, alley paving and reinforced gutter sections;
Class F concrete is used for railroad sections.
G. Mixing
All aggregates shall be accurately weighed or measured by
volume. The concrete shall be mixed in an approved batch
mixer equipped with an accurate water measuring tank, and
shall be mixed for one and one-half minutes after all
material is in the mixer. "Ready Mixed" or "Transit
Mixed" concrete may be used. If used it shall conform to
these specifications and ASTM C 94, "Standard
Specifications for Ready Mixed Concrete"and the Texas
Department of Transportation Standard Construction
Specifications, Item 421, "Portland Cement Concrete".
After mixing, the concrete shall be transported to the
forms in a manner which will prevent separation or
segregation of the aggregates and shall be placed without
undue delay. It shall be deposited as nearly as
practicable in its final position in order to avoid
rehandling or flowing of the concrete. No water shall be
added to the concrete to facilitate finishiLa. —
H. Curing Compounds
Compounds used to form an air tight membrane over fresh
concrete surface for curing purposes shall conform to
Texas Department of Tranportation Standard Construction
Specifications, Item 526, "Membrane Curing ASTM C 309,
"Liquid Membrane -Forming Compounds For Curing Concrete" ,
and/or ASTM C 171, "Standard Specification for Sheet
Materials for Curing Concrete" as applicable. Curing r-
Compounds shall also conform to ASTM C 156, "Test Method
for Water Retention by Concrete Curing Materials
I. Admixtures
Admixtures may be applied to the Portland Cement,Concrete r
Mix Design as approved by the Engineer to achiieve special
properties.
Air -Entrainment shall conform to ASTM C 260, "Standard
Specification for Air -Entraining Admixtures for Concrete".
Construction testing shall conform to ASTM C 233, "Test
Method for Testing Air -Entraining Admixtures for Concrete".
IV-6
r
J
Chemical admixtures shall conform to ASTM C 494,
r
"Specification for Chemical Admixtures for Concrete".
Calcium Chloride or admixtures containing solubile
chlorides, if used, shall not exceed two percent (2%;) by
weight of cement.
`
Mineral admixtures such as fly ash and natural pozzzolans
may be used as an admixture when approved by the Engineer.
*"
These admixtures shall conform to ASTM C 618, "Specification
for Fly Ash and raw or calcined Natural Pozzolans for Use as
a Mineral Admixture in Portland Cement Concrete".
..
Construction testing shall conform to ASTM C 311, "Standard
Test Methods for Sampling and Testing Fly Ash or Natural
Pozzolans for Use as a Mineral Admixture in Portland Cement
Concrete".
3. REINFORCING MATERIALS
A. Wire Mesh
Wire mesh reinforcing shall conform to ASTM A 185,
"Standard Specifications For Steel Welded Wire Fabric,
Plain, For Concrete Reinforcement".
Mesh reinforcement shall be of the size shown on the plans.
All reinforcement shall be permanently marked with grade
T identification marks or shall, on delivery, be accompanied
by a manufacturer's guarantee of grade and compliance with
r" these specifications. Reinforcement stored on the site
shall be protected from accumulations of grease, mud or
other foreign matter and from rust producing conditions and
shall be free from rust, scale, oil, mud or structural
defects when incorporated into alley slabs, or valley
gutters.
,. B. Bar Reinforcing
Reinforcing steel to be used on this project shall conform
to ASTM A 432 and shall be deformed in accordance with ASTM
A 615, "Specifications For Deformed and Plain Billet Steel
Bars For Concrete Reinforcement" unless otherwise shown on
the plans.
C. Fiber Reinforcement
(1) The fiber used shall be 100 per cent virgin
polypropylene collated, fibrillated fibers specifically
IV-7
�r
manufactured for use as concrete reinforcement,
containing no reprocessed olefin materials.
(2) The physical characteristics of the fiber to be used is
as follows: Specific Gravity - 0.91; Tensile Strength
- 70 to 110 ksi; Length of fibers 1/211.
(3)_.Fibrous concrete reinforcement materials provided by
this section shall produce concrete conforming to the
requirements for each type and class of concrete listed
in Section 4-2-E. Quantities to be used shall conform
to manufacturer's recommendations, unless otherwise
directed by the Engineer.
4. JOINT MATERIAL
A. Expansion Joint Materials
Bituminous premolded expansion joint material shall conform
to Item No. 433.2(5)(c) of the Texas Department of
Transportation Standard Construction Specifications and be
in accordance with ASTM D 1751, "Standard Specification For
Preformed Expansion Joint Filler For Concrete
Expansion joints shall be placed as shown on the plans or
as directed by the Engineer.
B. Joint Sealing Material
Joint sealing material shall be W.R. Meadows "SOF-SEAL" or
approved equivalent.
5. FORMS
Forms for curb and gutter and alley paving may be of wood or
metal, of a section satisfactory to the Engineer, straight,
free of warp, and a depth equal to the depth of the concrete
section formed. Forms shall be constructed accurately to the
line and grade as established in the field, shall be
adequately braced so that they will not move during the
placing of the concrete, and shall remain in place at least
six (6) hours after placing concrete. Forms shall be oiled
with a light oil before each use and forms which are to be re-
used shall be cleaned immediately after each use and
maintained in good condition. Curb forms shall be such that
the face of the curb can be formed by use of a face form held
in place by steel templates. Forms used for curb shall meet
all of the above specifications, except that face forms on
curb radii may be omitted if a true section and an accurate
IV-8
i0
flow can be obtained by other methods approved by the
Engineer. In no case will a concrete pour be started without
r the approval of the Engineer. No forms shall be placed until
the subgrade is within one inch (111) of its finished grade.
Forms for alley slabs may be used as a guide for screeding.
Where longitudinal construction joints are required, the form
shall be so constructed as to provide a one and. one -eighth
inch (1-1/8") 'IV" shaped groove in the face.
Structural concrete -
6. FLEXIBLE BASE (CALICHE)
A. Description
"Flexible Base (Caliche)" shall consist of a foundation
course for surface course or for other base courses. It
shall be composed of caliche and stone materials and shall
be constructed as herein specified in one or more courses
in conformity with the typical sections shown on plans and
to the lines andgrades as established by the Engineer.
B. Material
(1) The material for the base course shall consist of
argillaceous limestone, calcareous or calcareous clay
particles, conglomerate, gravel, sand or other granular
materials. The material source shall be approved by
the Engineer. All the acceptable material shall be
crushed and returned to the screened material again in
such manner that a uniform product will be produced.
Samples for testing the material shall be taken prior
to the compaction operations and be in accordance with
ASTM D 75, "Practice For Sampling Aggregates".
(2) The material will conform to the following gradations:
Sieve Size 2" 1-1/2" 7/8" 1/2" #4 #40
-------------------------------------------------------
retained 0 0-5 8-30 30-55 50-70 70-90
Material passing the No. 40 sieve shall be known as
"Soil Binder" and shall meet the following requirements
when prepared in accordance with Test Method Tex-101-E
procedure:
Liquid Limit - 45 maximum; plasticity
Index - 15 maximum, 3 minimum; and,
Linear Shrinkage - 10 maximum
(3) Wet Ball Mill Test of Flexible Base Material
IV-9
7
The material, when tested in accordance with Test
Method Tex-116-E, shall have a maximum allowable value
of 55.
7. ASPHALT STABILIZED BASE -PLANT MIX
A. Description
This item shall consist of base courses to be composed of a
compacted mixture of graded gravel base material from
sources approved by the Engineer, (Once the source is
selected the contractor will not change to another source
without the Engineer's approval) and the asphaltic material
shall be mixed hot in an approved mixing plant. The
percent asphalt shall be determined by the Engineer in
accordance with Test Method Tex-126-E and Tex-204-F or
other established procedures.
B. Materials
(1) Mineral Aggregate (Graded Gravel)
The material shall be crushed and shall be screened as
necessary to meet the requirements hereinafter
specified and shall consist of durable aggregate
particles otherwise specified below.
(2) Stockpiling, Storage, Proportioning and Mixing
Prior to the mixing operations with asphaltic material,
processed mineral aggregate shall be stockpiled on an
area previously cleared of trash, weeds and grass and
smoothed as directed by the Engineer. The aggregate
stockpiles shall be not less than ten feet (101) in
height and constructed in layers not exceeding eighteen
inches (18") in depth or as directed by the Engineer.
The plant shall have and maintain at least a two (2)
day - supply of aggregate on hand unless otherwise
directed by the Engineer.
Material shall be stockpiled in such a manner as to
prevent segregation of aggregate and mixing of
aggregate from stockpiles and/or other sources. The
gradation requirements for the individual stockpiles
and proportioning from these stockpiles will be the
contractor's responsibility.
(3) Gradation
Unless otherwise specified, the grading of the mineral
aggregate shall conform to the limitations as shown
below:
IV-10
r
This mixture shall meet the Texas Department of
Transportation Standard Construction Specification
r Item 345, "Asphalt Stabilized Base (Plant Mix)".
Grade 4 -- Grading requirements percent retained -sieves
1-1/2 7 8" 1 2" A4 #40
0 8-30 30-55 50-70 70-90
t
Material passing the No. 40 sieve shall be known as
r.. "Soil Binder" and shall meet the following requirements
when prepared in accordance with the Test Method Tex
-101-E procedure:
The liquid limit shall not exceed................45
The plasticity index shall not exceed ............ 15
The linear shrinkage shall not exceed.............5
Samples for testing the material shall be taken prior
to the mixing operations. Where more than one material
is used, tests will be on the combined materials.
The mineral aggregate shall not contain more than one-
half of one percent (0.5%)moisture prior to entering
the pugmill for mixing with asphalt.
C. Asphaltic Materials
Asphalt for the paving mixture shall be of the type as
determined by the Engineer and shall meet the requirements
of Texas Department of Transportation Standard Construction
Specifications, Item 300, "Asphalt, Oils, and Emulsions."
The grade of asphalt used shall be designated by the
Engineer. The contractor shall notify the Engineer of the
source of his asphaltic material prior to design or
production of the asphaltic mixture and this source shall
not be changed during the course of the project, except
when authorized by the Engineer.
(1) Asphaltic Stabilized Mixture
The mixture shall consist of a uniform mixture of
mineral aggregate and asphaltic material. The mineral
aggregate will conform to the gradation requirements
specified. The asphaltic material shall form from four
percent (4%) to nine percent (9%) of the mixture by
weight: The design percent asphalt to be used shall be
determined in accordance with Test Method Tex-126-E or
Test Method Tex-204-F and procedures outlined in the
IV-11
Tx DOT Bulletin C-14. The percent of asphalt in the
mix shall be determined by Extraction ASTM D 2172, ASTM
D 4125 Method of Test for asphalt content by Nuclear
Method, Test Method Tex-210-F or Test Method Tex-126-
F.
(2) Tack Coat
Asphaltic materials shall conform with Texas Department of
Transportation Standard Construction Specifications, Item
300, "Asphalts, Oils, and Emulsions, as approved by the
Engineer.
(3) Tolerances
The Engineer will designate the asphalt content to be used
in the mixture after design tests have been made with the
aggregate to be used in the project. When tested as
determined by the Engineer, samples of the mixture shall
not vary from the asphalt content designated by the
Engineer by more than two -tenths of one percent (0.20) dry
dry weight based on total mixture.
Asphaltic concrete pavement and asphaltic stabilized base
shall be machine layed and the equipment shall conform
with Texas Department of Transportation Item 528,
"Automatic Screed Controls for Concrete Spreading and
Finishing Machines."
8. EQUIPMENT - MIXING PLANTS BLACK BASE AND HOT -MIX
All equipment for the handling of all materials and mixing and
placing of the mixture shall be maintained in good repair and
operating condition and subject to approval of the Engineer.
Any equipment found to be defective and affecting the quality
of the mixture will be replaced.
Mixing plants may be the weigh -batch type or the continuous
mixing type or the drum mix type. All types of plants shall be
equipped with satisfactory conveyors, power units, aggregate
handling equipment, bins and dust collectors and shall consist
of the following essential pieces of equipment.
When requested by the Engineer, weigh -batch and continuous
types of mixing plants shall be equipped with automatic
proportioning devices in accordance with the requirements of
Texas Department of Transportation Standard Construction
Specifications, Item 520, "Weighing and Measuring Equipment."
IV-12
r
If automatic recording
shall be in accordance
Transportation Standard
"Weighing and Measuring
A. Weigh -Batch Type
devices are required by the plans, they
with the Texas Department of
Construction Specifications, Item 520,
Equipment."
(1) Cold Aggregate Bin Unit and Proportioning Device
The number of compartments in the cold aggregate bin
shall be equal to or greater than the number of
stockpiles of individual materials to be used.
The bin shall be of sufficient size to share the amount
of aggregate required to keep the plant in continuous
operation and of proper design to prevent overflow of
material from one compartment to another. The
proportioning device shall be such as will provide a
uniform and continuous flow of aggregat- in the desired
proportioning in a separate compartment.
(2) Dryer
The dryer shall be the type that continually agitates
the aggregate during heating and in which the
temperature can be so controlled that the aggregate
will not be injured in the necessary drying and heating
operations required to obtain a mixture of the
specified temperature. The burner, or combination of
burners, and type of fuel used shall be such that in
the process of heating the aggregate to the desired or
specified temperature, no residue from the fuel shall
adhere to the heated aggregate. A recording thermometer
shall be provided which will record the temperature of
the aggregate prior to the mixing operation. The dryer
shall be of sufficient size to keep the plant in
continuous operation.
(3) Screening and Proportioning
The screening capacity and size of the hot aggregate
bins shall be sufficient to screen and store the amount
of aggregate required to properly operate the plant and
to keep the plant in continuous operation at full
capacity. The hot bins shall be constructed so that
oversize and overloaded material will be discarded
through overflow chutes. Provisions shall be made to
enable inspection -forces to have easy and safe access
to the proper location on the mixing plant where
representative samples may be taken from the hot bins
for testing. The plant shall be equipped with at least
IV-13
three hot bins. The aggregate shall be separated into
the number of bins indicated on the plans or as
directed by the Engineer.
(4) Aggregate Weicth Box and Batching Scales
The aggregate weigh box and batching scales shall be of
sufficient capacity to hold and weigh a complete batch
of aggregate. The weigh box and scales shall conform to
the requirements of Texas Department of Transportation
Item 520, "Weighing and Measuring Equipment."
(5) Asphaltic Material Bucket and Scales
The asphaltic material bucket and scales shall be of
sufficient capacity to hold and weigh the necessary
asphaltic material for one batch. If the material is
measured by weight, the bucket and scales shall conform
to Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and
Measuring Equipment." If a pressure type flow meter is
used to measure the asphaltic material, it must comform
to Texas Department of Transportation Standard
Construction Specifications, Item 520, "Weighing and
Measuring Equipment This system shall include an
automatic temperature compensation device to ensure a
constant percent by weight of asphaltic material in the
mixture.
( 6 ) Mixer
The mixer shall be of the pugmill type and shall have a
capacity of not less than three thousand pounds
(3,000#) of natural aggregate mixture in a single
batch, unless otherwise shown on the plans. The number
and position of blades shall provide a uniform mix. The
mixer shall be equipped with an approved spray bar that
will distribute the asphaltic material quickly and
uniformly throughout the mixer. Any mixer that has a
tendency to segregate the mineral aggregate or fails to
secure a thorough and uniform mixture with the
asphaltic material shall not be used. This shall be
determined by mixing the.standard batch for the
required time, then dumping the mixture, taking samples
from its different parts and testing by Test Method
Tex-210-F to show that the batch is uniform throughout.
All mixers shall be provided with an automatic timer
that will lock the discharge doors of the mixer for the
required mixing period. The dump door or doors and the
shaft seals of the mixer shall be tight enough to
IV-14
r
material in the mixture. Unless otherwise shown on the
plans, the temperature of the asphaltic material
entering the measuring device shall be maintained at
±100F of the temperature at which the asphalt measuring
device was calibrated and seta
If a pressure type flow meter is used to measure the
asphaltic material, the requirements of the Texas
Department of Transportation Standard Construction
�^ Specifications, Item 520, "Weighing and Measuring
Equipment", shall apply.
�., (4) Synchronization Equipment for Feed Control
System
r
is
The asphaltic material feed control shall be coupled
with the total aggregate weight measurement device in
such manner as to automatically vary the asphalt feed
as required to maintain the required proportion.
(5) Drum Mix
The drum mixing system shall be of the type that
continually agitates the aggregate and asphalt mixture
during heating and in which the temperature can be so
controlled that the aggregate and asphalt will not be
damaged in the necessary drying and heating operations
required to obtain a mixture of the specified
temperature. A continuously recording thermometer shall
be provided which will indicate the temperature of the
mixture as it leaves the drum mixer.
(6) Surge Storage System
A surge storage system will be required. It shall be
adequate to minimize the production interruptions
during the normal day's operations and shall be so
constructed to minimize segregation. A device such as a
gob hopper or other similar device approved by the
Engineer to prevent segregation in the surge -storage
bin will be required.
(7) Scales
Scales may be standard platform truck scales, belt
scales or other equipment such as weigh hopper
(suspended) scales approved by the Engineer. All scales
shall conform to the Texas Department of Transportation
Standard Construction Specifications, Item 520,
"Weighing and Measuring Equipment". If truck scales are
used, they shall be placed at a location approved by
IV-19
the Engineer. If otherweighingequipment is used, the
Engineer,may require weight checks by truck scales for
the basis of approval of the equipment.
D. Asphaltic Material Heating Equipment
Asphaltic material heating equipment shall be adequate to
heat the amount of asphaltic material required to the
desired temperature. Asphaltic material may be heated by
steam coils which shall be absolutely tight. Direct fire
heating of asphaltic materials will be permitted, provided
the heater used maintains a positive circulation of the
asphalt throughout the heater without damage to the
asphalt. Agitation with steam or air will not be permitted.
The heating apparatus shall be equipped with a recording
thermometer with a 24-hour chart that will record the
temperatures of the asphaltic material at the highest
temperature.
E. Spreading And Finishing Machine
The spreading and finishing machine shall be of a type
approved by the Engineer, shall be capable of producing a
surface that will meet the requirements of the typical
cross section and the surface test, when required, and when
the mixture is dumped directly into the finishing machine
shall have adequate power to propel the delivery vehicles
in a satisfactory manner. The finishing machine shall be
equipped with a flexible spring and/or hydraulic type hitch
sufficient in design and capability to maintain contact
between the rear wheels of the hauling equipment and the
pusher rollers of the finishing machine while the mixture
is being unloaded.
The use of any vehicle which requires dumping directly into
the finishing machine and which the finishing, machine
cannot push or propel in such a manner'as to obtain the
desired lines and grades without resorting to hand
finishing will not be allowed. Vehicles dumping directly
or indirectly into the finishing machine shall be so
designed and equipped that unloading into the finishing
machine can be mechanically and/or automatically operated
in such a manner that overloading the finishing machine
being used cannot occur and the required lines and grades
will be obtained without resorting to hand finishing.
Unless otherwise shown on the plans, dumping of the
asphaltic mixtureina windrow and then playing the mixture
in thefinishingmachine with loading equipment will be
permitted provided that the loading equipment is
constructed and operated in such manner that substantially
IV-20
all of the mixture deposited on the roadbed is picked up
and loaded in the finishing machine without contamination
by foreign material of the mixture and excessive
r temperature loss is not encountered. The loading equipment
will be so designed and operated that the finishing machine
being loaded will obtain the required line, grade and
r surface without resorting to hand finishing. Any operation
of the loading equipment resulting in the accumulation and
subsequent shedding of this accumulated material into the
i" asphaltic mixture will not be permitted.
Automatic screed controls, if required, shall meet the
requirements of the Texas Department of Transportation
't Standard Construction Specifications Item 342, "Plant Mix
Seal".
F. Rollers
It shall be the responsibility of the Contractor to have
rolling equipment available on the job to properly compact
the paving mixture in place as required without delay to
the laydown operation. Rollers provided shall meet the
qualifications for their type as follows:
(1) Pneumatic Tire Rollers (Required on all Black
Base and Hot Mix Surfacing)
The rollers shall be acceptable medium pneumatic tire
rollers conforming to the requirements of Texas
Department of Transportation Standard Construction
Specification Item 213, "Rolling (Pneumatic Tires),"
Type B, unless otherwise specified on the plans.
(2) Two Axle Tandem Roller (Required on All Hot Mix
Surfacing)
This roller shall be an acceptable power -driven tandem
roller weighing not less than 8 tons.
(3) Three Wheel Roller (Required on All Black Base
and Hot Mix Surfacing)
This roller shall be an acceptable power -driven three
wheel roller weighing not less than 10 tons.
(4) Three Axle Tandem Roller
This roller shall be an acceptable power -driven three
axle roller weighing not less than 10 tons.
(5) Trench Roller
IV-21
This roller shall be an acceptable power -driven trench
roller equipped with sprinkler for keeping the wheels
wet and an adjustable road wheel so that the roller may
be kept level during rolling. The drive wheel shall be
not less than 20 inches wide. The roller under, working
conditions shall produce not less than.325 pounds per
linear inch of roller width and be so geared that a
speed of 1.8 miles per hour is obtained in low gear.
(6) Vibratory Steel -Wheel Roller (Required on all
Black Base)
This roller shall have a minimum weight of 6 tons. The
compactor shall be equipped with amplitude and
frequency controls and specifically designed to compact
the material on which it is used, and shall be operated
in accordance with the manufacturer's recommendations
or as directed by the Engineer.
(7) Straightedges and Templates
When directed by the Engineer, the Contractor shall
provide acceptable 10-foot straightedges for surface
testing. Satisfactory templates shall be provided as
required by the Engineer.
(8) Alternate Equipment
When permitted by the Engineer in writing, equipment
other than that specified which will consistently
produce satisfactory results may be used.
(9) Inspection
It will be the Contractor's responsibility to provide
safe and accurate means to enable inspection forces to
take all required samples, and to provide permanent
means for checking the output of any specified metering
device and to perform the calibration checks as
required by the Engineer.. .
G. Stockpiling, Storage And Mixing
(1) Stockpiling of Aggregates
Prior to mixing operations with asphaltic material,
processed mineral aggregate shall be stockpiled on an
area previously cleared of trash, weeds and grass and
shall be smoothed and well drained as directed by the
Engineer. The aggregate stockpiles shall be not less
than 10 feet in height and constructed in layers not
IV-22
exceeding 18 inches in depth or as directed by the
Engineer. The plant shall have and maintain at least a
��--
two-day supply of aggregates on hand at all times,
unless otherwise directed by the Engineer. Material
shall be stockpiled in such a manner as to prevent
segregation of aggregate and mixing of aggregates from
r'
stockpiles and/or other sources and will not allow
contamination with foreign material. More than one
stockpile will be permitted unless otherwise shown on
.�
plans. The gradation requirements for the individual
stockpiles and proportioning from these stockpiles will
`
be the Contractor's responsibility as approved by the
Engineer.
(2) Storage and Heating of Asphaltic Materials
The asphaltic material storage shall be ample to meet
L the requirements of the plant. Asphalt shall not be
heated to a temperature in excess of that specified in
Texas Department of Transportation Standard
r Construction Specifications Item 300, "Asphalts, Oils
and Emulsions". All equipment used in the storage and
handling of asphaltic material shall be kept in a clean
condition at all times and shall be operated in such
manner that there will not be contamination with
foreign matter.
(3) Feeding and Drying of Aggregate
The feeding of various sizes of aggregate to the dryer
shall be done through the cold aggregate bins and the
proportioning device in such a manner tl.:at a uniform
and constant flow of materials in the required
proportions will be maintained. The aggregate shall be
dried and heated to the temperature necessary to
produce a mixture having the specified temperature. In
no case shall the aggregate be introduced into the
mixture unit at a temperature more than 4000 F.
(4) Proportioning
The proportioning of the various materials entering the
asphaltic mixture shall be the responsibility of the
Contractor as approved by the Engineer and in
accordance with these specifications. The asphaltic
material and aggregates may be proportioned by weight
or by volume based on weight using the specified
equipment.
(5) Mixing
r
IV-23
F
(a) Weigh -Batch Type Mixer
In the charging of the weigh box and in the
charging of the mixer from the weigh box such
methods or devices shall be used as are necessary
to secure a uniform asphalt mixture. In
introducing the batch into the mixer, all mineral
aggregate shall be introduced first and shall be
mixed thoroughly for a period of 5 to 20 seconds,
or as directed, to uniformly distribute the various
sizes throughout the batch before the asphaltic
material is added. The asphaltic material shall
then be added and the mixing continued for a total
mixing period of not less than 30 seconds. This
mixing period may be increased, if in the opinion
of the Engineer, the mixture is not uniform or the
aggregates or not properly coated. The differential
in temperature of the aggregates and the asphalt as
they enter the pugmixer shall not exceed 250 F.
Temporary storing or holding of the asphaltic
mixture by the surge -storage system may be used
during the normal day's operation. Overnight
storage will not be.permitted unless authorized in
the plans or in writing by the Engineer. The
mixture coming out of the surge storage bin must be
of equal quality to.that coming out of the mixer.
(b) Continuous -Type Mixer
The amount of aggregate and asphaltic material
entering the mixer.and the rate of travel through
the mixer shall be so coordinated that a uniform
mixture of the specified grading and asphalt
content will be produced.- The differential in
temperature of the aggregates and the asphalt as
they enter the pugmixer shall not exceed 250 F.
Checks on asphalt used shall be made at least twice
daily comparing the asphalt used in ten loads of
completed mix as shown on the asphalt recording
meter and the design amount for these ten loads.
The acceptable percent of variation between the
asphalt used and the design amount will be as shown
on the plans or as determined by the Engineer.
Temporary -storing or holding of the asphaltic
mixture by the surge -storage system may be used
during the normal day's operation. Overnight
storage will not be permitted unless authorized in
the plans or in writing by the Engineer. The
IV-24
4 mixture coming out of the surge -storage bin must be
of equal quality to that coming out of the mixer.
(c) Drum -mix Plant
The amount of aggregate and asphaltic material
entering the mixer and the rate of travel through
the mixing unit shall be so coordinated that a
uniform mixture of the specified grading and
asphalt content will be produced.
Temporary storing or holding of the asphaltic
mixture by the surge -storage system will be
required during the normal day's operation.
Overnight storage will not be permitted unless
authorized in the plans or in writing by the
Engineer. The mixture coming out of the surge
storage -bin must be of equal quality to that coming
out of the mixer. The mixture, when discharged
from the plant, shall have a moisture content not
greater than 1 percent by weight unless otherwise
shown on the plans and/or specified by the
Engineer. The moisture content shall be determined
in accordance with Test Method Tex-212-F, Part II.
The mixture produced from each type of mixer shall
not vary from the specified mixture by more than.
the tolerances herein specified.
The asphaltic mixture from each type of mixer shall
be at a temperature between 3000 F and 3500 F when
discharged from the mixer. The Engineer will
approve the temperature within the above
limitations, and the. mixture when discharged from
the mixer shall not vary from this selected
temperature more than 250 F. In no case shall the
temperature exceed 360o F.
H. Construction Methods
(1) Temperature Requirements
A. HMAC - November 1 until April 1
1. The asphaltic mixture shall not be placed when the
air temperature is below 550 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 500 F and rising.
B. HMAC - April l until November 1
F IV-25
a
1. The asphaltic mixture shall not be placed when the
Air temperature is below 500 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 450 F and rising.
C. Asphalt Stabilized Base
1. The asphaltic mixture shall not be placed when the
air temperature is below 450 F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 400 F and rising.
The engineer may use his discretion to require a cover over
the asphaltic mixture when being hauled fror:: the plant to
the job site. The air temperature shall be taken in the
shade away from artificial heat or as reported by the
National Weather Service on their hourly report (Telephone
No. 762-0141). It is further provided that the prime coat,
tack coat or asphalt stabilized base shall be placed only
when the general weather conditions and temperature and
moisture conditions of the subbase or subgrade,in the
opinion of the Engineer, are suitable.
If, after being discharged from the mixer and prior to
placing, the temperature of the asphaltic mixture is 250 F
or more below the temperature approved by the Engineer, all
or any part of the load may be rejected and payment will
not be made for the rejected material.
(2) Prime Coat
The prime coat shall consist of an application of twenty-
five hundredths (0.25) gallons per square yard of MC
asphalt. The asphalt stabilized base shall not be applied
on a previously primed course until the prime coat has
completely cured to the satisfaction of the Engineer.
( 3 ) Tack Coat
Before the asphaltic mixture is laid, the surface upon
which the tack coat is to be placed shall be cleaned
thoroughly to the satisfaction of the Engineer. The surface
shall :be_given a uniform application of tack coat using
asphaltic materials of this specification. This tack coat
shall be applied, as directed by the Engineer, with an
approved sprayer at a rate _not to exceed one -tenth (0.10)
gallon per,square yard of surface. Where the mixture will
adhere to the surface on which it is to be placed without
the use of a tack coat, the tack coat may be eliminated by
IV-26
r
r
the Engineer. All contact surfaces of curbs and structures
and all joints shall be painted with a thin uniform coat of
,., the asphaltic material meeting the requirements for tack
coat. During the application of the tack coat, care shall
be taken to prevent splattering of the adjacent pavement,
curb and gutter and structures. The tack coat shall be
rolled with a pneumatic tire roller when directed by the
Engineer.
(4) Transporting
The asphaltic mixture, prepared as specified above shall be
hauled to the work in tight vehicles previously cleaned of
all foreign material. The dispatching of the vehicles shall
be arranged so that all material delivered may be placed,
and all rolling shall be completed during daylight hours.
The inside of the truck body may be given a light coat of
oil, lime slurry or other material satisfactory to the
Engineer, if necessary, to prevent mixture from adhering to
the body. In cool weather or for long hauls, canvas covers
and insulating of truck bodies may be required. vehicles of
the semi -trailer type are prohibited.
( 5 ) Placinct
Generally, the asphaltic mixture shall be dumped and spread
on the approved prepared surface with the specified
spreading and finishing machine. when properly compacted,
the finished course will be smooth, of uniform density, and
will conform with the typical sections shown on the plans
and to the lines and grades established by the Engineer.
During the application of asphaltic material, care shall be
taken to prevent splattering of adjacent pavement, curb and
gutter and structures.
The mixture shall be spread and compacted in layers or
r• lifts as specified on the plans or as directed by the
is Engineer. The sequence of compacting shall be such that
undue displacement of the edge of the course does not
occur. On deep lifts, the edge of the course may be rolled
with a motor grader wheel or similar equipment or supported
by blading a roll of earth against the edge of the course
prior to compacting the surface.
when the asphaltic mixture is placed in a narrow strip
along the edge of an existing pavement, or used to level up
small areas of an existing pavement or placed in small
irregular areas where the use of a finishing machine is not
practical, the finishing machine may be eliminated when
authorized by the Engineer, provided a satisfactory surface
can be obtained by other approved methods.
IV-27
F
I. Compacting
(1) As directed by the Engineer, the asphalt stabilized
base shall be compacted thoroughly and uniformly with
the specified rollers. In lieu of the rolling equipment
specified, the Contractor may, upon written permission
from the Engineer, operate other compacting equipment
that will produce equivalent relative compaction as the
specified equipment. If the substituted compaction
equipment fails to produce the desired compaction as
would be expected of the specified equipment, as
determined by the Engineer, its use shall be
discontinued. When directed by the Engineer, the
initial compaction shall be accomplished with pneumatic
tire rollers.
(2) When rolling with the three wheel,. tandem, or vibratory
rollers, rolling shall start longitudinally at the —
'sides and proceed toward the center of the pavement,
overlapping on successive trips by at least half the
width of the rear wheel unless otherwise directed by
the Engineer. Alternate trips of the roller shall be
slightly different in length. On super -elevated
curves, rolling shall begin at the low side and
progress toward the high side unless otherwise directed
by the Engineer. When rolling with vibratory steel
wheel rollers, the manufacturer's recommendation shall
be followed unless directed otherwise by the Engineer. —
Rolling with pneumatic -tire roller shall be done as
directed by the Engineer. Rolling shall be continued
until no further increase in density can be obtained
and all roller marks are eliminated. The motion of the
roller shall be slow enough at all times to avoid
displacement of the mixture. If any displacement
occurs, it shall be corrected at once by the use of a
rake, and of fresh mixtures where required. The roller
.shall not be allowed to stand on any portion of the
pavement mixture which has not been fully compacted.
To prevent adhesion of the mixture to the roller, the
wheels shall be kept thoroughly moistened with water,
but an excess of water will not be permitted. All
rollers must be in good mechanical condition.
Necessary precautions shall be taken to prevent the
dropping of diesel, gasoline, oil, grease or other
foreign matter on the roadway, either when the rollers
are in operation or when standing.
The edges of the pavement along curbs, headers and
similar structures, and all places not accessible to
IV-28
the roller, or in such positions as will not allow
thorough compaction with the rollers, shall be
thoroughly compacted with lightly oiled tamps.
n
J. Surface Finish
The compacted material shall conform to the typical cross
sections, lines and grades as shown on plans and directed
by the Engineer and shall have a smooth surface with a
reasonably uniform texture acceptable to the Engineer.
Unacceptable finished surfaces may be corrected by the
placement of additional mixture, all at the expense of the
Contractor.
K. Protection Of The Work And Opening To Traffic
L_ The completed asphalt stabilized base cours._ shall be
opened to traffic as provided by the plans and as directed
�^ by the Engineer. All construction traffic allowed on the
base course shall comply with the State laws governing
traffic on highways unless otherwise authorized by the
,.., Engineer. When another roadway surface is provided for the
traveling public and construction traffic through the
project, the Engineer may prohibit traffic on the completed
base course.
L. Surface Density Test
City personnel will provide density test and results
throughout the construction process at no cost to the
contractor.
Samples of the completed pavement shall be removed from
locations designated by the Engineer to enable him to
determine the composition, compaction, and Oensity of the
pavement. Samples for each day or fraction thereof shall
be taken by City personnel. The contractor shall replace
the pavement removed from core holes at no cost to the
,. City. If the pavement is deficient in composition,
compaction, or thickness, satisfactory correction shall be
` made as directed by the Engineer.
I
9. ASPHALTS
Asphalts for use on this project shall comply with Texas
Department of Transportation Standard Construction
Specifications, Item 300, "Asphalts, Oils and Emulsions"
IV-29
7
10. HOT MIX ASPHALTIC CONCRETE SURFACE
(A) Aggregate
(1) General
The mineral aggregate shall be composed of coarse
aggregate, a fine aggregate, and if required, a mineral
filler. Samples of coarse aggregate, fine aggregate and
mineral,filler shall be submitted to the City of Lubbock
Testing Laboratory for testing and approval by the
Engineer. Approval of other material and of the source
of supply must be obtained from the Engineer prior to
delivery.
The combined mineral aggregate, after final processing
by the mixing plant, and prior to addition of asphalt
and mineral filler, shall have a sand equivalent value
of not less than 40, unless otherwise shown on the
plans when tested in accordance with ASTM D 2419.
The percent of flat or elongated slivers of stone for
any course shall not exceed.twenty five percent (25%),
when tested in accordance with Test Method Tex-224-F.
Aggregate that appears susceptible to film stripping
when tested in accordance with ASTM D 1075, minimum 70%
index of retained strength and tested in accordance with
AASHTO T 283, minimum 70k tensile strength ratio, shall
be rejected or conditioned with an anti -stripping agent
as approved by the Engineer.
Prior to stockpiling of aggregates the area shall be
cleaned of trash, weeds and grass and be relatively
- smooth. Aggregates shall be separated into stockpiles
of different gradation, such as a large coarse
aggregate, and a small coarse aggregate stockpile such
that the grading requirements of the.specified type will
be met when the piles are combined in the asphaltic
.mixture. No coarse aggregate stockpile shall contain
more than ten percent (100) by weight of materials that
will pass a No. 10 sieve except as noted on the plans
or provided for by special provision. Fine aggregate
stockpiles may contain small coarse aggregate in the
amount of up to fifteen percent (15%) by weight, (100
percent of which shall pass a 1/4 inch sieve).
Suitable equipment of acceptable size shall be
furnished by the Contractor to work the stockpiles and
prevent segregation of the aggregates.
IV-30
If the Contractor utilizes an asphalt continuous mix
plant, the various aggregate stockpiles of different
PM
gradation will be stockpiled in the same manner as
described for stockpiling of aggregate for asphalt
stabilized base. That is, the stockpiling of the
aggregate shall be made up of layers of material not to
exceed two feet in height of each layer. The edge of
each succeeding layer shall extend inward so as not to
overlap the edge of the layer below. In loading from
the stockpile, the material shall be loaded by making
successive vertical cuts through the entire depth of the
stockpile.
( 2 ) Coarse Aggregate
The coarse aggregate shall be that part of the aggregate
retained on a No. 10 sieve and conform to ASTM D 692,
"Standard Specification for Coarse Aggregate for
Bituminous Paving Mixtures". The Aggregate shall
consist of clean, tough, durable fragments of crushed
stone of uniform quality throughout; mixing or
combining crushed gravel and crushed stone will not be
permitted. The aggregate shall be crushed to the
OM
extent that produces a minimum of 85t crushed faces
when tested in accordance with Test Method Tex-460-A.
The aggregate shall have a maximum of thirty percent
(30t) loss when subjected to five (5) cycles of ASTM C
88, "Test Method For Soundness of Aggregates by use of
Sodium Sulfate or Magnesium Sulfate".
When coarse aggregate is tested in accordance with Test
Method Tex-217-F, the amount of organic matter, clays,
loams or particles coated therewith or other undesirable
materials shown on the plans shall not exceed two
percent (216).
When it is specified that the coarse aggregate be
sampled during delivery to the plant, from the
stockpile, or from the cold bin, the material removed
when tested in accordance with test method Tex-217-F
(Part II, Decantation), shall not exceed two percent
(2t). The plasticity index of that part of the fine
aggregate contained in the coarse aggregate passing the
No. 40 sieve shall not be more than 6 when tested by
ASTM D 4318. However, where the coarse aggregate
contains less than five percent (516) of fine aggregate
and the fine aggregate is of the same or similar
material as the coarse aggregate, the P.I. requirements
for the material passing the No. 40 sieve may be waived
by the Engineer in writing.
F IV-31
r
-When it is specified that the coarse aggregate be
sampled from.the hot bins and tested in accordance with
Test Method Tex-217-F (Part II Decantation), the amount
of material removed shall not exceed 1 percent.
Tests performed as specified herein represent material
processed or placed until a subsequent test is
performed.
The coarse aggregate shall have an abrasion of not more
than 40 percent loss by weight when subjected to ASTM C
131, "Test Method For Resistance To Degradation of
Small -Size Coarse Aggregate By The Los Angeles Machine
or ASTM C 535, "Test Method For Resistance To
Degradation of Large -Size Coarse Aggregate By The Los
Angeles Machine Coarse aggregate from each source
shall meet the abrasion requirements specified.
( 3 ) Fine Aggregate
The fine aggregate shall be that part of the aggregate
passing the No. 10 sieve and shall conform to ASTM D
1073, "Standard Specification for Fine Aggregate for
Bituminous Paving Mixtures". The aggregate shall
consist of sand or screenings or a combination of sand
and screenings.
The plasticity index of that part of the sand passing
the No.40 sieve shall not be more than 6 when tested in
accordance with ASTM D 4318. The plasticity index of
that part of the screenings passing the No. 40 sieve
shall not be more than 9, unless otherwise shown on
plans, when tested by ASTM D 4318. Fine aggregate from
each source shall meet_ plasticity requirements.
Sand shall be composed of durable, stone particles free
from injurious foreign matter conforming to ASTM C 778,
"Specifications For Standard Sand". Screenings shall be
of the same or similar material as specified for coarse
aggregate.
(4) Mineral Filler
The mineral filler shall consist of thoroughly dry stone
dust, slate, dust, portland cement or.other mineral dust
approved by the Engineer. The mineral filler shall be
free from foreign and other injurious matter.
IV-32
r
When tested by ASTM D 242 it shall meet the following
grading requirements:
Per Cent
By Weight
Passing
a No.
30 sieve
100
Passing
a No.
80 sieve
95 to 100
Passing
a No.
200 sieve
70 to 100
(B) Asphaltic Material
(1) Asphalt for Paving Mixtures
Asphalt for the paving mixtures shall be of the
types of oil asphalt as determined by the Engineer.
f
The grade of asphalt used shall be as designated by
the Engineer after design tests have been made using
the mineral aggregates that are to be used in the
If more than one type of asphaltic concrete
rproject.
mixture is specified for the project, only one grade
t
of asphalt will be required for all types of
mixtures, unless otherwise shown on plans. The
Contractor shall notify the Engineer of the source
of his asphaltic material prior to production of the
asphaltic mixture and this source shall not be
r"
changed during the course of the project except by
written permission of the Engineer.
(2) Tack Coat
The asphaltic material for tack coat shall meet the
requirements for Cutback Asphalt RC-2, or shall be
a Cutback Asphalt made by combining 50 to 70
percent by volume of the asphaltic material as
specified for the type of paving mixture with 30 to
50 percent by volume of gasoline and/or kerosene. If
RC-2 Cutback Asphalt is used, it may, upon
instructions from the Engineer, be diluted by
addition of an approved grade of gasoline and/or
kerosene, not to exceed 15 percent by volume.
IV-33
(C) Paving Mixtures
Types
The paving mixture shall consist of a uniform mixture of
coarse aggregate, fine aggregate and asphaltic material. _
The grading of each constituent of the mineral aggregate
shall be well graded from coarse to fine and shall not
vary from the low limit on one sieve to the high limit on
the adjacent sieve, or vice versa. The final designated —
gradations shall produce a relatively smooth line when
plotted on a forty-five hundredths (0.45), power
semilogarithmic gradation chart when tested in accordance
with ASTM C 136, "Method For Sieve Analysis of Fine and
Coarse Aggregates".
(1) Master
Gradation Specifications
Mixture Type
City of
Lubbock (C.O.L.)
Sieve
Type "C"
Type "D"
Size
(Residential Traffic
Only)
Percent by
Weight Passing Sieves
111
100
---
3/4"
98-100
---
1/2"
81-93
100
3/8"
65-85
85-100
No.4
43-63
50-70
No.8
33-45
35-47
No.16
22-34
23-35
No.30
13-27
14-29
No.50
7-19
8-20
No.100
3-11
4-12
No.200
1-6
1-6
Bitumen percent 4.0 - 7.5 4.0 - 7.5
(of total mix)
(D) Laboratory Control
If the Contractor or supplier wishes to use a material or
location not previously approved by the City of Lubbock,
he will be required to request approval in writing of the _
IV-34
r'r
material not less than 60 days prior to anticipated use
of the material. The City of Lubbock laboratory test
,.. results shall be the sole consideration for approval of
materials, mix designs, adequacy of procedures, etc.. The
results of such testing shall be evaluated and final
approval given by the City Engineer.
The City of Lubbock will utilize its own testing
laboratory to monitor the plant mixing for Black Base and
Hot Mix. This laboratory control will be provided by the
City of Lubbock. A representative of the City Engineer
will be at the plant with full authority to control the
mixing operation.
In those instances where irregularities occur and the
limits of the specification are exceeded for aggregate,
black base, or hot mix, appropriate corrections will be
required.
�• (E) Tolerances
The Engineer will designate the exact grading of the
aggregate and asphalt content to be used in the mixture
(Job Mix Formula). The paving mixture produced shall not
vary from the designated grading and asphalt content by
more than the tolerances allowed herein and shall remain
r within the limitation of the master grading specified.
The respective tolerances, based on the percent by weight
of the mixture, are listed as follows:.
Percent by weight
Material Tolerance Plus or Minus
Aggregate passing No. 4 sieve
or larger 4 percent
Aggregate passing Nos. 8,16,30,
50 sieves 3 percent
Aggregate passing Nos. 100 & 200
sieves 2 percent
Bitumen 0.25 percent
(F) Extraction/ Gradation Tests And Design Criteria
(1) Samples of the mixture when tested in accordance with
ASTM D 2172 shall not vary from the grading
proportions of the aggregate and the asphalt content
designated by the Engineer by more than the
F IV-35
respective tolerance specified above. (See Section
IV-7-C (1) for methods of extraction of asphalt)
During construction, if grading or asphalt content
exceeds the tolerances stated herein, production will
be discontinued until such time as the Hot Mix
Asphaltic Concrete mixture has been corrected and
subseauent grading and extraction tests indicate
results within the tolerance stated herein. All Hot
Mix Asphaltic Concrete mixture so constructed, which
exceeds the tolerances as stated herein, will be
removed and replaced at no cost to the Owner.
(2) Design Method
Thoroughfare Residential
Traffic Traffic
Min. Max. Min. Max.
Marshall Method
No. of compaction blows,
each end of specimen 75 50
Stability, Lbs. 1800 --- 1200 ---
Flow, units of 0.01 in 8 14 8 18
Air Voids
Surfacing or Leveling 3 5 3 5
Percent Voids in
Mineral Aggregate 13 --- 14 ---
(3) Sampling and Testing
It is the intent of this specification that the
mixture will be designed to produce a mixture of
optimum density and stability, as determined by the
Engineer, when tested in accordance,with these
specifications and applicable ASTM procedures.
Samples of the completed pavement shall be removed
from locations designated by the Engineer to enable
him to determine the composition, compaction, and
density of the,pavement. Samples for each day or
fraction thereof shall be taken by City personnel.
The contractor shall replace the pavement removed
- from core holes at no cost to the City. If the
pavement is deficient in composition, compaction, or
thickness, satisfactory correction shall be made as
directed by the Engineer.
IV-36
Tests on Marshall specimens shall be made twice daily or as
directed by the Engineer to retain job control. The
mixture shall comply with the requirements of Table (2)
above when tested in accordance with the Marshall method
procedures contained in Chapter III of the Asphalt
Institute's Manual Series No. 2 (MS-2), current addition.
If the laboratory stability and/or field tests of the
mixture produced has a value lower than that specified, and
in the opinion of the Engineer is not due to change in
source or quality of materials, production may proceed, and
the mix shall be changed until the laboratory/field tests
equals or exceeds the specified values. If there is, in the
opinion of the Engineer, an apparent change in any material
from that used in the design mixtures, production will be
discontinued until a new design mixture is determined by
trial mixes.
11. SILO STORAGE
A silo storage system may be used during the normal day's
operation. The mixture coming out of the silo storage must be
of equal quality and temperature to that coming out of the
mixing plant. Any operation that has tendency to segregate
the mixture or fails to maintain a thorough and uniform
mixture and temperature shall not be used. If any load of
mixture coming out of the silo storage system fails to meet
the asphalt specifications or gradation requirements, then
the total contents of the silo storage system shall be
condemned.
12. BARRICADES AND SIGNS
Barricades shall be constructed of clean, sound lumber, shall
be of first-class workmanship, and all surfaces above ground
shall be painted with an approved brand of white paint to
secure thorough coverage and a uniform white color. In no
case shall less than two coats be used. The paint for
barricade stripes shall be reflective orange and reflective
white. All dimensions, striping, lighting, painting, coloring
and placement of barricades shall be in accordance to the
details and design as set forth in the Texas MANUAL on
UNIFORM TRAFFIC CONTROL DEVICES for Street and Highways, Part
VI, issued in May, 1983.
The Contractor shall maintain each barricade in a neat
acceptable condition and furnish replacements when necessary
or requested by the Engineer.
IV-37
Each sign shall be displayed only for the specific purpose
prescribed for it. Before any detour or temporary route is
open to traffic all necessary Regulatory, Warning and Guide
signs shall be in place.
Signs required by temporary conditions or restrictions shall
be removed immediately when those conditions cease to exist
or the restrictions are withdrawn. Guide signs directing
traffic to and on temporary routes or detours shall be
removed when no longer applicable.
Standardization is important with respect to design and
placement, and uniformity of application is equally
important. Identical conditions should always be marked with
the same type of sign, irrespective of where those particular
conditions occur.
All signs that are to convey their message during hours of
darkness shall be reflectorized or illuminated. Signs for
daytime use only may be non-reflectorized but a fluorescent
background material will be used for increased daytime
visibility if requested by the Engineer.
Where there is serious interference from extraneous light
sources, and a reflectorized sign is not likely to be
effective, an illuminated sign shall be used.
Construction warning signs shall have a black legend on an
orange background and shall conform to the standards as to
size, shape and color as outlined in the Texas MANUAL on
UNIFORM TRAFFIC CONTROL DEVICES mentioned above.
Barricades, flares, and signs are a necessity in the
construction involved in this contract. The provision of
these items by the Contractor should be considered in the bid
prices submitted, as no separate compensation will be made,
unless indicated otherwise in the plans or the proposal.
No work will be permitted on any project prior to
installation of barricades or other warning devices at the
beginning and end of the construction area.
IV-38
F
Details of Construction
1. CONCRETE
A. Curb and Gutter (Class A -Concrete)
Description
This item shall consist of Portland Cement twenty-four
inch ( 2411) concrete curb and gutter or twenty-four inch
(2411) separate gutter as shown on the plans or as directed
by the engineer, and shall be constructed of Class A
concrete. Included in the curb and gutter item is the
subgrade preparation and the filling and shaping of the
area behind the curb.
1. Curb Openings
Separate gutter sections will be placed only across alleys
and driveways presently in use or where definitely planned
for future property improvements. It shall be the
responsibility of the contractor to contact the property
rowner
and determine the proper location of driveways
before curb and gutter is constructed. All gutters across
new or proposed driveways must meet the requirements set
!"
forth in the City Sidewalk and Driveway Regulations,
Ordinance Number 1466 and amendments thereto and gutters
across existing driveways will be required to conform to
r„
said regulations if no hardship to the existing property
i
improvements is involved. In any event, all curb and
gutter to be poured must have the engineer's approval as
to driveway widths and location, in addition to the
section, and line and grade approval beforc any pour is
started on any curb and gutter unit.
2. Excavation and Subgrade Preparation
Excavation for the curb and gutter shall be made with the
excavation of the entire street. The excavation shall be
done to the lines and grades set by the engineer and in
such a manner as to require a maximum one-half inch (%")
of fill to bring the subgrade to the correct elevation.
Subgrade that is undercut one inch (1") or more shall be
brought to the correct elevation by scarifying, wetting,
disking, blading, rolling and compacting to 95% Standard
Proctor Density conforming to ASTM D 698, "Test Method for
Laboratory Compaction Characteristics of Soil Using the
Standard Effort" with pneumatic rolling to correct
elevation prior to setting forms. Before completion of
curb and gutter, all traffic signs and street name markers
V-1
found in the way of paving will immediately be relocated
behind the proposed curb and gutter by the Contractor.
3. Setting Forms
Forms for concrete and gutter shall be set to the lines
and grades established by the engineer after the subgrade
has been prepared. The forms shall be held together and in
place in such a manner that they will not move during the
placing and working of the concrete. The forms shall be
cleaned and -oiled prior to pouring concrete. Face forms
and construction joints (removable metal plates) shall be
set to hold the concrete for the curb in place until it is
to be finished.
Forms for radii shall be set in the same manner as the
straight forms except that no face form will be required
if a true section is obtained by other methods as approved
by the engineer. The radii forms shall be set in such a
manner that the curve will be true.
4. Placement (Includinct Making Joints)
Sufficient concrete shall be placed to allow for shrinkage
and extra material for finishing, and the concrete shall
be floated and troweled to the approximate section, and
only after the concrete receives a partial set shall the
face forms be removed. The section shall then be shaped to
the true cross-section by the use of a metal -screed which
is shaped to the true cross-section.
A "mule" screed shall be used only,to shape to true cross-
section when topping material is provided and pushed along
on the front edge of the mule.
Curb and gutter shall be constructed with an expansion
joint at the tangent point of each return at intersections
and at intervals of no more than forty feet (401) between
the intersections. Forty feet (401) intervals may be
waived if curb and gutter machine is used. Expansion
joints shall be of the material hereinbefore specified.
Construction joints formed by removable metal plates
(templates) accurately shaped to the cross-section of the
curb and gutter shall be located at the mid -point of each
section between expansion joints or as directed by the
engineer. Contraction joints shall be placed at ten foot
intervals. All joints shall be perpendicular to the
surface of the concrete and to the axis of the section.
5. Finishing
V-2
r
,r
A ten feet (101)metal "straight -edge" shall be used to
strike the flow line to grade, continuously along the flow
line of the gutter. This operation shall be followed with
a four feet (41) spirit level to assure the continuous
grade down the flow -line the length of the gutter.
Curb and gutter shall be finished uniformly by wood
trowelling to an accurate cross-section. Extra water will
not be added for finishing. The final finish will be
accomplished with a brush, the last stroke being one from
the back of curb to the lip of gutter. Both_ sides of all
joints, the lip of gutter, and the back edge of the curb
shall be finished with a one-fourth inch N") radius
edging tool before the final brushing. Curves at the top
and bottom of the section shall present a uniform
appearance without "waves" in the face of the curb or
"pockets" in the gutter.
Concrete shall not be poured during sand storms. Concrete
r-
shall be protected to maintain temperature of not less
!
than 50 degrees F. for five (5) days after placement. If
aggregate and water are heated, they shall not be heated
above 90 degrees F. Concrete shall not be placed when the
k
ambient temperature is less than 40 degrees F. It shall be
the responsibility of the Contractor to anticipate as
nearly as possible changes in weather conditions which
would affect the placement and protection of the concrete,
and be prepared to protect freshly placed concrete when
sudden changes in the weather make such protection
�•
necessary.
L
6. Removing Forms
Special care is required of the Contractor in his removing
of pins and of forms. Pins shall be pulled from the ground
to free forms. If hammering is found to be necessary, a
r'
one (1) pound hammer shall be used. The contractor shall
not place forms or pins on newly finished concrete.
Loading and unloading of forms from a truck shall be
r.
executed by two workmen. It is the duty of the Contractor
to remove any warped forms found in any section of forms,
before it is poured. When forms are pointed out as
defective, those forms shall then be removed from the job
t`
site and not returned until they have been inspected by
the Engineer.
7. Machine Laid Curb and Gutter
C
Class A concrete shall be used for machine laid curb and
gutter. The slump of the concrete shall be as directed by
the Engineer. The slump of the concrete shall be tested in
V-3
F
accordance with ASTM C:143, "Standard Test Method for
Slump of Portland Cement Concrete". Reinforcing steel, if
required, shall conform to Section 3 under Materials of
Construction.
The curb and gutter shall be laid by an extrusion machine
approved by the Engineer. Immediately prior to placing the
curb and gutter, the previously approved foundation shall
be thoroughly cleaned.
The line�for top of curb shall be maintained from a
guideline set by the Contractor from survey marks
established by the Engineer. Curb outline shall strictly
conform to the details shown on the plans
The approved mix shall be fed into the machine in such a
manner and at such consistency that the finished curb will
present a well compacted mass with a surface free from
voids and honeycombs and true to established shape, line,
and grade.
Additional surface finishing shall be performed
immediately after extrusion. Extra water will not be added
for finishing. Unless otherwise specified by the Engineer,
joints shall be constructed as follows: Expansion joints
shall be located at each end radius at intersections and
alley returns and at the beginning of the pour, and dummy
grooved joints shall be spaced at 10 foot intervals
between the expansion joints.
8. curing
All concrete work shall be covered with heavy water -proof
type paper to prevent loss of moisture and to prevent
direct sunlight from striking the concrete; as soon as it
has set sufficiently enough to prevent marking.
In lieu of this method of curing, the curb and gutter may
be cured by applying a liquid membrane coating to all
exposed surfaces, provided such material and method is
first approved by the Engineer.
9. Filling Behind Curb
After the forms are removed and the concrete has cured,
the contractor shall fill the area behind the curb with
top soil. Backfilling shall be done after the curb and
gutter has cured twenty four (24) hours. The area between
the sidewalk and the curb or property line and curb, if no
sidewalk exists, shall be leveled and sloped toward the
curb in a manner satisfactory to the property owner and/or
V-4
€ Engineer. Fill should be done prior to placement of base
materials.
10. Replacement of Damaged Curb and Gutter or Gutter
No patching of any nature shall be allowed in repairing
any damage to curb and gutter which occurs during the
construction process of paving improvements in any unit
prior to the acceptance of said unit. Where damage occurs,
the section of curb and gutter or gutter containing the
damaged portion shall be removed to the nearest joints and
shall be replaced with new construction, prior to
surfacing of that section of street.
Concrete surface finish marred by vandals, rain or sand
during setting time shall be immediately repaired with an
approved epoxy material; all abused concrete surface,
along with structural damage and defective flow line found
at time of surfacing shall be handled as described in
sentence 2 above.
B. Reinforced Concrete 24" Separate Gutter (Class E
Concrete) Description
This item shall consist of Portland cement 24" separate
gutter constructed in accordance with the typical curb and
gutter sections included in these specifications and at
locations as shown on the plans or as directed by the
Engineer.
1. Subgrade Preparation (See Section V-2)
2. Reinforcing Steel - See Section 3 Under Materials of
Construction
3. Placement of Reinforcement
Care shall be taken to'tie the three (3) hc•rizontal No. 3
steel bars to the three (3) vertical No. 3 :steel bar pins
at a point 311 above the bottom.
C. Reinforced Concrete Valley Gutters (Class C and Class E
Concrete)
Description
7
V-5
F
-This item shall be constructed of class C concrete for
thoroughfare or collector street valley gutters and Class
E concrete for residential street valley gutters and
consists of the construction of an eight inch (8")
concrete slab on thoroughfare or collector streets or a
six inch (6") concrete slab on residential streets
reinforced with 4 No. 3 bars on one and one-half foot (1-
1/2 ") spacing for valley'gutters,(Cross bars shall be
No.3 bars four and one-half feet (4M') long or with 611x6"
W2.9 X W2.9 (6 gauge) wire mesh. Fillet areas shall be
reinforced as shown on the plans and constructed to the
lines and grades as shown on the plans and as designated
by the Engineer. Details of construction are the same as
for curb and gutter where they can be directly applied.
1. Subgrade Preparation (See Section V-2)
2. Reinforcincr Steel - See Section 3 under Materials of
Construction.
3. Placement of Reinforcement
Care shall be to hold the steel in the center of the
slab, high chairs or precast concrete blocks shall be
located at three foot (31) centers. Lapping distance shall
be 40 diameters, with a minimum distance of two feet.(21).
The lap shall be tied at three points with wire if steel.
bars are used.
D. Reinforced Alley Paving Slab and Alley.Returns (Class E
Concrete)
Description
This item shall consist of reinforced concrete paving of
variable thickness five inch (5") to seven and one-half
inch (7M") constructed in the center 10 feet (101) of
alleys and shall be constructed of Class E concrete. All
alley paving and alley returns shall be constructed in
accordance to the Alley Paving Details.
1. Forming
Forms for alley slab shall be placed where necessary to
form the outside edge of slab (where slab is not bordered
by concrete curb and gutter or _other permanent
improvements such as building, docks, etc.)and where
necessary to form construction and expansion joints (See
"Alley Paving Details" on plans). On all edges, _joints,
etc. to be formed, the forms shall extend the entire depth
of concrete.
VAr7
P`
k 2. Subgrade Preparation (See Section V-2)
3. Reinforcing
Care shall be taken to securely hold the welded wire mesh
three inches (3") above the bottom of the slab by use of
high chairs or pre -cast concrete blocks.
Concrete shall not be poured during sandstorms. Concrete
shall be protected to maintain temperature of not less
than 50 degrees F. for five (5) days after placement. If
aggregate and water are heated, they shall not be heated
above 90 degrees F. Concrete shall not placed when the
ambient temperature is less than 40 degrees F. It shall be
the responsibility of the Contractor to anticipate as
nearly as possible changes in weather conditions which
could effect the placement and protection of the concrete,
and to be prepared to protect freshly placed concrete when
sudden changes in the weather make such protection
necessary.
4. Finishing
Concrete shall be deposited so as to conform roughly to
the finished cross-section. Sufficient concrete shall be
placed to allow for shrinkage and -extra material for
finishing. Extra water will not be added for finishing.
The shape and flow line of the alley paving slab may be
,,o
established by the use of two inch by four inch (2"X4")
k
wood screeds, or other approved removable devices,
`-
accurately staked to line and grade. If such devices are
used they shall be in place before the final finishing of
the subgrade and the.subgrade shall be finished so that
k,
the concrete slab will be of the proper depth. The
concrete shall be "struck off" to the true section and
�••
finished smooth by floating and troweling. The final
finish shall be provided by brushing to provide a nonskid
surface for traffic. Particular care shall be taken in the
final troweling and finishing so that the finished slab
presents a smooth straight surface without waves in the
E.
edge and without pockets in the flow line.
5. Curing and Protection
All concrete work shall be covered with burlap or other
suitable material as soon as it has set sufficiently to
prevent marking and kept wet continuously for at least (4)
days. Care shall be taken to prevent mechanical injury to
concrete work during this period and until the work is
accepted. Any work damaged prior to acceptance shall be
V-7
r
1
repaired by the Contractor at his own expense and to the
satisfaction of the City Engineer.
The City Sanitation Department shall be notified of all
alley return and alley pavinct construction, and if
possible, the lencrth of time said return and/or alley
shall be closed to traffic. The Contractor shall properly
flare and barricade alley returns and alleys during the
period of construction and as long afterward as the
Engineer may require for curing and achieving strength.
Before opening alley returns to traffic, the contractor
shall properly fill and level by hand, (no maintainer
shall be used until full strength of concrete is
achieved), the adjacent approaches from the street and
alley. In all cases, no alley or alley return shall be
opened to traffic without the approval of the City
Engineer.
6. Removing Forms
Special care is required of the Contractor in his removing
of pins and moving of forms. Pins shall be pulled from the
ground to free forms. If hammering is found to be
necessary a one (1) pound hammer shall be used. The
contractor shall not place forms or pins on newly finished
concrete. Loading and unloading of forms from a truck
shall be executed by two workmen. It is the .duty of the
Contractor to remove any warped forms found in any section
of forms, before it is poured. When forms are pointed out
as defective, those forms shall then be removed from the
job site and not returned until they have been inspected
by the Engineer.
7. Replacement of Damaged Concrete or Concrete Surface
Only patching of very minor nature will be allowed in
alley paving. Any substantial damage occuring to the alley
paving prior to the acceptance of the unit in which the
damage occurs will be remedied by removal and replacement
of the entire section or sections of alley paving that has
been damaged. Any slab removed to a joint other than a
doweled expansion joint will be replaced using joint
section B-B in the Special Detail Sheets of these
specifications. Extreme care shall be taken by the
Contractor during "Setting -Up" period to prevent vandals,
sand or rain from marring the surface finish to avoid
being handled as described in sentence 2, above.
E. Reinforced Concrete Median Curb (Class A Concrete)
V-8
T
a
This item shall consist of reinforced concrete slab six
inches (6") thick and may be placed on asphalt surface on
caliche base, or on asphalt surface on concrete base.
Median slab shall be dowled as shown on the plans. Details
of concrete placement, finishing, and curing shall be used
where applicable.
r-
1. Subgrade Preparation (See Section V-2)
F. Reinforced Concrete Railroad Crossing (Class F Concrete)
Description
This item shall consist of the construction of Class F
reinforced concrete as shown on Concrete Railroad Crossing
Details. (File #2-B-92 (21).
1. Subgrade Preparation (See Section V-2)
2. Reinforcing Steel Bars to be Used)
Reinforcing steel to be used on this project shall conform
to ASTM A615 and shall be deformed to ASTM A305
requirements.
3. Placement of Reinforcement
Care shall be taken to hold the (11211) bars above the
bottom of the foundation slab and above the railroad ties
as shown on the plans. In the top slab the vertical and
horizontal bars shall be securely tied with wire.
G. Reinforced Concrete Drainage Slabs (Class Concrete)
This item shall consist of a concrete slab five inches
(511) thick and containing wire mesh reinforcing which
shall conform to "Standard Specification for Welded Steel
Wire Fabric For Concrete Reinforcement" ASTM A185, or
approved fiber reinforcement.
1. Subgrade Preparation (See Section V-2)
H. Concrete Pavement - Class C Concrete Description
This item shall consist of a pavement of portland cement
concrete, with reinforcement as shown on plans,
constructed as herein specified on the prepared subgrade
and one inch of sand cushion or other base course in
conformity with the thickness and typical cross sections
shown on plans and to the lines and grades established by
the Engineer. Concrete shall be considered of satisfactory
quality provided it is made (a) of materials accepted for
r.
V-9
the job, (b) in
Engineer and (c)
accordance with
Materials
1. Cement
2.
3.
the proportions
Mixed, placed,
the requirements
established by the
finished and cured in
herein specified.
The cement shall be Type I or Type III standard brand of
Portland cement. If the use of high early strength cement
is not specified, and the Contractor desires to use it, he
shall obtain written permission of the Engineer and shall
assume all additional costs incurred by the use of such
cement. Type I and Type III cement shall conform to the
requirements of ASTM C150, "Standard Specification For
Portland Cement". When Type III cement is used, the
average strength at the age of 7 days shall be higher than
that attained at 3 days. Either the tensile or the
compression tests may be used for either type cement. The
specific surface area of Type I cement shall not. exceed
2,000 square centimeters per gram as measured by the
Wagner Turbidmeter in accordance with Test Method Tex-310-
D.
Admixtures
Unless otherwise provided in the plans or special
provisions, approved types of admixtures to minimize
segregation, to improve workability, or to reduce the
amount of mixing water may be used in the rate of dosage
specified by the Engineer. Admixtures shall not be used to
replace cement. Admixtures shall comply with all the
requirements and be measured and dispensed in accordance
with Texas Department of Transportation Standard
Construction Specifications Item 437, "Concrete
Admixtures"
Coarse Aggregate.
Coarse aggregate shall consist of durable particles of
crushed limestone (Brownwood Type) of reasonably uniform
quality throughout, free from injurious amounts of salt,
alkali, vegetable matter or other objectionable material,
either free or as an adherent coating on the aggregate. It
shall not contain more than one-fourth percent (1/15) by
weight of clay lumps, nor more than one percent (1%) by
weight of shale nor more than five percent (5%) by weight
of laminated and/or friable particles when tested in
accordance with Test Method Tex-413-A.
V-10
t
Coarse aggregate shall have a wear of not more than forty-
five percent (45%) when tested according to Test Method
Tex-410-A and when tested by standard laboratory methods
shall meet the following grading requirements:
Retained on 1-3/4" sieve......................0%
Retained on 1-1/2" sieve........... ...0 to 5 16
Retained on 3/4" sieve.................30 to 6516
Retained on 3/8" sieve.................70 to 90%
Retained on No. 4 sieve...............95 to 100%
Loss by Decantation Test
Method Tex-406-A ...1.0% Maximum
All aggregate shall be handled and stored in such a manner
as to prevent size segregation and contamination by
foreign substances. When segregation is apparent, the
aggregate shall be remixed. At the time of its use, the
aggregate shall be free from frozen material. Aggregate
that contains more than one-half percent (0.51-.) free
moisture by weight shall be stockpiled for at least 24
hours prior to use. Adequate storage facilities shall be
provided for all approved materials. The iz:termixing of
nonapproved materials with approved materials either in
stockpiles or in bins will not be permitted. Aggregates
from different sources shall be stored in different
stockpiles unless otherwise approved by the Engineer.
Aggregates shall be stockpiled in such a manner to prevent
segregation, and maintained as nearly as possible in a
uniform condition of moisture.
Each aggregate stockpile shall be reworked with suitable
1 equipment as required by the Engineer to remix the
material to provide uniformity of the stockpile.
4. Fine Aggregate.
Fine aggregate shall consist of sand or a combination of
sands, and shall be composed of clean, hard,
durable,uncoated grains. Unless otherwise :shown on plans,
the acid insoluble residue of the fine aggregate shall be
not less than twenty eight percent (28%) by weight when
tested in accordance with Test Method Tex-612-J.
5. Fine Aggregate Exclusive of Mineral Filler
V-11
,Fine aggregate shall be free from injurious amounts of
salt, alkali or vegetable matter. It shall not contain
more than one-half percent-(0.5%) by weight of clay lumps.
When subjected to the color test for organic impurities,
Test Method Tex-408-A, the fine aggregate shall not show a
color darker than the standard.
Unless specified otherwise, fine aggregate shall meet the
following grading requirements:
Retained on 3/8" sieve.....................0%
Retained on No.4 sieve................0 to 5%
Retained on No. 8 sieve..............0 to 20%
Retained on No. 16 sieve... ... .15 to 30%
Retained on No. 30 sieve. ... . .35 to 7501
Retained on No. 50 sieve.. .... ..70 to 900W
Retained on No. 100 sieve ....... ... 90 to 100%
Retained on No. 200 sieve .......... 97 to 100%
Fine aggregate will be subjected to the Sand Equivalent
Test (Test Method Tex-203-F). The sand equivalent value
shall not be less than 80, or less than the value shown on
the plans, whichever is greater.
6. Mineral Filler
Mineral filler shall consist of clean stone dust, clean
crushed sand, clean crushed shell or other approved inert
material. When tested in accordance with Test Method Tex-
401-A, it shall meet the following requirements:
Retained on No. 30 sieve.... ...... ..........0%
Retained on No. 200 sieve.................0 to 35%
At the time of its use the mineral filler shall be free
from frozen material, and aggregate containing foreign
material will be rejected.
7. Miking Water
Water for use in concrete and for curing shall be free
from oil, acids, organic matter or other deleterious
substances and shall not contain more than 1,000 parts per
V-12
a:
..
million of chlorides as CL, nor more than 1,OOO parts per
million of sulfates as SO4-
r
Water from municipal supplies approved by 4•he State Health
Department will not require testing, but water from other
r!
sources will be sampled and tested before use.
Test procedure shall be in accordance with AASHTO T 26.
8. Steel Dowel Bars
Steel bar dowels, if used in accordance with provisions of
project plans, shall be of the size and type indicated on
plans and shall be open-hearth, basic oxygen or electric -
furnace steel conforming to the mechanical properties
specified for grade 60 in ASTM. A615. The free end of
dowel bars shall be smooth and free of shearing burrs.
9. Steel Reinforcement
Unless otherwise shown on the plans, steel reinforcing
bars as required including the tie bars sh,:M be open-
PW hearth, basic oxygen or electric -furnace new billet steel
of Grade 60 for concrete reinforcement. Bars that require
bending shall conform to requirements of ASTM A615.
High yield reinforcing steel shall be either (1) open-
hearth, basic oxygen or electric -furnace new billet steel
conforming to the requirements of ASTM A615 Grade 60 or
r• (2) rail steel bars for concrete reinforcement, conforming
to the requirements of ASTM A616 Grade 60. (Bars produced
by piling method will not be accepted).
Where prefabricated wire mats are specified or permitted,
the wire shall be cold worked steel wire conforming to the
requirements of ASTM A496, except that steel shall be made
by open-hearth, electric -furnace, or basic oxygen
processes. The prefabricated wire mats shall conform to
the requirements of ASTM A497. Mats that have been bent or
wires dislocated or parted during shipping or project
handling shall be realigned to within one-half inch N")
of the original horizontal plane of the mat. Mats with any
portion of the wires out of vertical alignment more than
one-half inch N") after realignment and/or wires
dislocated or mutilated so that, in the opinion of the
Engineer, they do not represent the original mat, shall be
rejected. The mats may be clamped or wired so that the
mats will retain the horizontal and vertical alignment as
specified by the plans or as approved by the Engineer.
Deformed wire may be used for tie bars and load transfer
bars that require bending.
V-13
r
When fabricated steel bar or rod mats are specified, the
mats shall meet the requirements of'ASTM A184
10. Mechanical Vibratory Equipment
All concrete placed for pavement shall be consolidated by
approved mechanical vibrators designed to vibrate the
concrete internally. The internal type will be used for
full -depth placement. Vibratory members shall extend
across the pavement practically to, but shall not come in
contact with the side forms. Mechanically operated
vibrators shall be operated in such a manner as to not
interfere with the transverse or longitudinal joints.
Separate vibratory units shall be operated at sufficiently
close intervals to provide uniform vibration and
consolidation to the entire width of the pavement. The
frequency in air of the internal spud type vibratory units
shall be not more than 8,000 cycles per minute and not
less than 5,000 cycles per minute for tube types and the
method of operation shall be as directed by the Engineer.
The Contractor shall have a satisfactory tachometer
available for checking the vibratory elements.
The pavement vibrators shall not be used to level or
spread the concrete but shall be used only for purposes of
consolidation. The vibrators will not be operated where
the surface of the concrete, as spread, is below the
elevation of the finished surface of the pavement, except
for the first lift of concrete where the double strike off
method of placement is employed, and the vibrators shall
not be operated for more than fifteen (15) seconds while
the machine upon which they are installed is standing
still.
Approved hand manipulated mechanical vibrators shall be
furnished in the number required for provision of proper
consolidation of the concrete along forms, at joints and
in areas not covered by mechanically controlled vibrators.
These vibrators shall be sufficiently rigid to insure
control of the operation position of the vibrating head.
Complete and satisfactory consolidation of the concrete
pavement is a most important requirement of this
specification. Cores taken shall.be carefully examined for
voids, honeycombing or other evidence of incomplete
consolidation. If such evidence is present, changes in the
consolidation procedures and/or equipment will be made to
insure satisfactory consolidation.
11. Finishing
V-14
PW
i
r•
Machine-Fininshing. All concrete pavement shall be
finished mechanically with approved power -driven machines,
except as herein provided. Hand -finishing will be
permitted on the transition from a crowned section to a
superelevated section without crown or curves, and on
straight line superelevation sections less than 300 feet
r in length. Hand -finishing will also be permitted on that
portion of a widened pavement outside the normal pavement
width, on sections where the pavement width is not
uniform, or required monolithic widths are greater than
that of available finishing machines.
Machine -finishing of pavement shall include the use of
power -driven spreaders, power -driven vibrators, power -
driven transverse strike -off, and screed, or such
alternate equipment as may be substituted and approved by
the Engineer.
All concrete shall be consolidated by a mechanical
vibrator. As soon as the concrete has been spread between
the forms, the approved mechanical vibrator shall be
operated to consolidate the concrete and remove all
voids. Hand -manipulated vibrators shall be used for areas
not covered by the mechanical vibratory unit.
The transverse finishing machine shall first be operated
to compact and finish the pavement to the required section
and grade, without surface voids. The machine shall be
operated over each area as many times and at such
intervals as directed. At least two trips will be required
and the last trip over a given area shall be a continuous
run of not less than forty feet (401). After completion of
finishing with the transverse finishing machine a
transverse drag float may be used.
The consistency of the concrete as placed should allow the
completion of all finishing operations without the
addition of water to the surface. When field conditions
are such that additional moisture is needed for the final
concrete surface finishing operation, the required water
shall be applied to the surface by fog spray only and
shall be held to a minimum.
r'
After finishing is complete and the concrete still
workable, the surface shall be tested for trueness with an
approved ten foot (101) steel straightedge. The
straightedge shall be operated from the side of the
pavement, placed parallel to the pavement centerline and
passed across the slab to reveal any high spots or
�.
depression. The straightedge shall be advanced along the
pavement in successive stages of not more than one-half
V-15
its length. Practically perfect contact of the
straightedge with the surface will be required, and the
pavement shall be leveled to this condition, in order to
insure conformity with the surface test required below,
after the pavement has fully hardened. Any correction of
the surface required shall be accomplished by adding
concrete.if required and by operating the longitudinal
float over the area. The surface test with the
straightedge shall then be repeated.
For one -lane pavement placement and uniform widening, the
equipment for machine -finishing of concrete pavement shall
be as directed by the Engineer but shall not.exceed the
requirements of these specifications.
After completion of the straightedge operation, as soon as
construction operations permit, texture shall be applied
with one -eight inch (1/8") wide metal tines with clear
spacing between the tines being not less than one -forth
inch W) nor more than one-half inch N"). If approved by
the Engineer, other equipment and methods may be used,
provided that a surface texture meeting the specified
requirements is obtained. The texture shall. be applied
transversely. It is the intent that the average texture
depth resulting from the number of tests directed by the
Engineer be not less than 0.060 inch with a minimum
texture depth of 0.050 inch for any one test when tested
in accordance with Test Method Tex-436-A. Should the
texture depth fall below that intended, the finishing
procedures shall be revised to produce the desired
texture.
12. Proportioning of Concrete
Concrete shall be composed of Portland cement, fine
aggregate, coarse aggregate, mineral filler and/or
admixture if used and water, mixed in proportions as
approved by the Engineer in the mix design as submitted by
a commercial laboratory and in the manner set forth in
this specification. on the basis of job and laboratory
investigations of the proposed materials, the Engineer
will fix the proportions by weight of water, coarse
aggregate, fine aggregate, cement, admixture and mineral
filler where required, in order to produce concrete of the
specified strength and workability.
13. Concrete Strength
The concrete mix will be designed with the intention of
producing a minimum average flexural strength (Modulus of
rupture) of 600 pounds.per square inch and compressive
V-16
I
r
strength of 3000 psi at 7 days and/or a 28 day compressive
strength of 3,600 pounds per square inch. The coarse
aggregate factor (dry, loose volume of coarse aggregate
per unit volume of concrete) shall not exceed 0.85. Unless
otherwise shown on plans the concrete shall contain not,
less than six sacks of cement per cubic yard of concrete.
The water -cement ratio (net gallons of water per sack of
94 pound cement) shall not exceed 6 gallon/sack. Concrete
specimens shall be prepared, cured and tested as outlined
in Texas Department of Transportation Bulletin C-11.
14. Workability of Concrete
Concrete shall be uniformly plastic, cohesive and
workable. Workable concrete is defined as concrete which
can be placed without honeycomb and without voids in the
surface of the pavement. Workability shall be obtained
without producing a condition such that free water appears
on the surface of the slab when being finished as
specified. Where water appears on the surface of the
concrete after finishing and this condition cannot be
corrected by reasonable adjustment in the batch design,
the bleeding will be immediately corrected by one of the
following measures or a combination of two or more of the
following listed measures:
a. Redesign of the batch
b. Addition of mineral filler to fine aggregate
C. Increase of cement content
In the event that the measures taken -do not eliminate the
bleeding immediately, concrete placement operations will
be suspended, as directed by the Engineer, and will remain
suspended, until such time as additional trial mixes
demonstrate that a non -bleeding batch design has been
achieved. Failing to achieve a satisfactory laboratory
batch design the Contractor will be required to use
different materials and to submit samples thereof for
additional trial mixes and pilot beams as specified in
Texas Department of Transportation Bulletin C-11.
The mix will be designed with th
concrete which will have a slump
inches when tested in accordance
Transportation Bulletin C-11. Th
than one inch (1") nor more than
V-17
e
e
intention of producing
of one and one-half
with Texas Department of
slump shall not be less
three inches (3"). The
7
slump shall be in accordance with ASTM C 143, "Slump of
Portland Cement Concrete".
15. Mix Design
Prior to the beginning of the concrete placement, and
thereafter before any change in source or characteristics
of any of the ingredients except mineral filler,
sufficient 'compression tests using various quantities of
cement and aggregates proposed for use shall be supplied
the Engineer for consideration.
Mixes will be designed and made in sufficient number to
represent a wide range of water -cement ratios. These mixes
shall comply with the requirements herein prescribed for
workability. From these preliminary tests the water -cement
ratio required toproduceconcrete of the specified
strength will be: selected by the Engineer. The Contractor
may at any time present in writing a suggepted mix design
and the Engineer will make the tests necessary to
determine its acceptability under these specification
requirements.
For mixing the concrete to be used in making the
preliminary test specimens, the Contractor shall furnish
and operate the mixer approved for use on this project. A
minimum one cubic yard batch shall be mixed or a batch of
sufficient size to afford proper mixing, whichever is the
greater. In lieu of the above mixer and procedure, the
Contractor may furnish a portable mixer of sufficient
rated capacity to mix a minimum three -sack batch; in which
case, the batch mixed for the preliminary test shall not
be less than the rated capacity of the mixer furnished.
No additional compensation will be allowed for equipment,
materials or labor involved in making preliminary test
specimens.
After the mix proportions and water -cement ratio required
to produce concrete of the specified strength have been
determined, placing of the concrete may be started.
Type I cement shall have a specified surface area within a
range of 1,600 to 1,900 square centimeters per gram. A
change in the specific surface of the cement of more than
100 square centimeters per gram may require a new mix
design.
16. Subgrade and Forms
Preparation of Subgrade.
V-18
4
�! Rolling and sprinkling shall be performed when and to the
extent directed, and the roadbed shall be completed to or
r-► above the plane of the typical sections shown on the plans
and the lines and grades established by the Engineer.
Drainage of the roadbed shall be maintained at all times.
Sealed or treated subgrade cut in the preparation of the
subgrade or setting of pavement forms shall be resealed or
the subgrade restored to the original conditions as
directed by the Engineer. See Section V-2.
The subgrade shall be maintained in a smooth, compacted
condition in conformity with the required section and
established grade until the pavement is placed and shall
be kept thoroughly wetted down sufficiently in advance of
placing any pavement to insure its being in a firm and
moist condition for at least two inches (2") below the
prepared surface. Sufficient subgrade shall always be
prepared in advance to insure satisfactory prosecution of
the work. No equipment or hauling shall be permitted on
the prepared subgrade, except by special permission of the
Engineer, which will be granted only in exceptional cases
and only where suitable protection in the form of two-ply
timber mats or other approved material is provided.
17. Placincr and Removing Forms
The subgrade under the forms shall be firm and cut true to
grade so that each form section when placed will be firmly
in contact for its whole length and base width, and
exactly at the established grade. Forms shall be staked
with at least three (3) pins for each 10 foot (101)
section. A pin shall be placed at each side of every
joint. Form sections shall be tightly joined and keyed to
prevent relative displacement. Forms shall be cleaned and
oiled each time they are used.
Forms shall be set for a sufficient distance in advance of
the point where concrete is being placed to permit a
finished and approved subgrade length of not less than 300
feet ahead of the mixing. Conformity of the grade and
alignment of forms shall be checked immediately prior to
placing concrete, and all necessary corrections made by
the Contractor. Where any forms have been disturbed or any
subgrade becomes unstable, the forms shall be reset and
rechecked. In exceptional cases, the Engineer may require
stakes driven to the grade of the bottom of the forms.
Sufficient 'stability of the forms to support the equipment
operated thereon and to withstand its vibration without
springing or settlement shall be required. If forms settle
and/or deflect more than one -eighth inch (3./8") under
V-19
finishing operations, paving operations shall be stopped
and the forms shall be reset.to line and grade.
Forms shall remain in place for not less than twelve (12)
hours after concrete curb and gutter has been placed.
Forms shall remain in place for not less than thirty six
(36) hours after structural concrete has been poured. The
forms shall remain in place until removal is approved by
the Engineer They shall be carefully removed in such a
manner that little or no damage will be done to the edge
of the pavement. Any damage resulting from this operation
shall be immediately repaired. After the forms have been
removed, the ends of all joints shall be cleaned, and any
honeycombed areas pointed up with approved mortar.
Immediately after pointing is completed, the form trench,
if used, shall be filled with earth from the shoulders in
such a manner as to shed water from rainfall or curing
away from the edge of the pavement. On completion of the
required curing, the subgrade or shoulders adjacent to the
pavement shall be graded in a condition to maintain
drainage.
Allowable grade revisions shall in no way affect the
governing finishing and surface requirements of the
completed pavement.
All grade revisions shall be established by the Engineer.
No additional payment over the contract unit price will be
made for any pavement of a thickness exceeding that
required on the plans as a result of.adjustment of the
forms.
I. Concrete Mixing and Placing
1. Mixing
The aggregates, mineral filler if required, cement and
water shall be measured separately, introduced into the
mixer, and mixed for a period of not less than fifty (50)
seconds nor more than ninety (90) seconds, measured from
the time the last aggregate enters the drum to the time
discharge of the concrete begins. The required water shall
be introduced into the mixing drum during the first
fifteen (15) seconds of mixing. The entire contents of the
drum shall be discharged before any materials of the
succeeding batch are introduced.
The Engineer may increase the minimum mixing time to that
necessary to produce thoroughly mixed concrete based on
inspection or appropriate uniformity tests. The mixing
V-20
time may be varied at any time necessary to produce
acceptable concrete.
If Ready -Mix concrete is used, the concrete shall be
discharged into the specified hauling equipment and
delivered to the road site. If truck agitators are used,
the concrete shall be continuously agitated at not less
than one nor more than six rpm as directed by the
Engineer.
The initial batch of concrete mixed after each time the
mixer is washed out shall be enriched by additional
mortar. The additional mortar shall be one sack of cement
and three parts of sand.
2. Placincr
Any concrete not placed as herein prescribed within 30
minutes after mixing shall be rejected and disposed of as
directed except as provided otherwise here -in. Except by
specific written authorization of the Engineer, concrete
shall not be placed when the temperature is below 400F,
the temperature being taken in the shade and away from
artificial heat.
When such permission is granted, the Contractor shall
r
furnish an approved enclosure, such as canvas -covered
framework, to enclose and protect all pavement so placed,
and shall maintain the temperature of the air surrounding
the concrete at not less than 50OF for not less than five
(5) days. When concrete is being placed in cold weather,
4
other than under the conditions stated above, the
Contractor shall have available a sufficient supply of an
approved covering material to immediately protect concrete
if the air temperature falls to 320F, or below, before
concrete has been placed four (4) hours. Such protection
shall remain in place during the period the temperature
t
continues below 320F or for a period of not more than five
(5) days. Neither salt nor other chemical admixtures shall
pal
be added to the concrete to prevent freezing. The
Contractor shall be responsible for the quality and
strength of concrete under cold weather conditions and any
concrete damage by freezing shall be removed and replaced
r
at his expense. Concrete shall not be placed before
sunrise and shall not be placed later than will permit the
finishing of the pavement during sufficient natural light.
Concrete shall be placed only on approved subgrade or sub-
base, and unless otherwise indicated on plans, the full
width of the pavement shall be constructed monolithically.
The concrete shall be deposited on the subgrade or sub-
V-21
base in such 'manner as to require as little rehandling as
possible. Where hand spreading is necessary, concrete
shall be distributed to the required depth by use of
shovels. The use of rakes will not be permitted. Workmen
will not be permitted to walk in the concrete with any
earth or foreign material on their boots or shoes. The
placing of concrete shall be rapid and continuous.
Concrete shall be distributed to such depth that when
consolidated and finished, the slab thickness required by
plans will be obtained at all points and the surface shall
not at any point, be below the established grade. Special
care shall be exercised in placing and spreading concrete
against forms and at all joints to prevent the forming of
honeycombs and voids.
If in the opinion of the Engineer, the temperature, wind
and/or humidity conditions are such that the quality of
the concrete will not be adversely affected, the specified
placing time may be extended to a maximum of 45 minutes.
3. Reinforcing Steel
All reinforcing steel shall conform to ASTM A 82,
"Standard Specification for Steel Wire, Plain, for
Concrete Reinforcement". Steel wire fabric reinforcement
shall also conform to ASTM A 185, "Standard Specification
For Steel'Welded Wire Fabric, Plain, for Concrete
Reinforcement", ASTM A 496, "Standard Specification for
Steel Wire, Deformed, for Concrete Reinforcement" and ASTM
A 497, "Steel Welded Wire Fabric, Deformed for Concrete
Reinforcement All reinforcing steel,.including steel
wire fabric reinforcement, tie bars, and dowel bars shall
be accurately placed and secured in position in accordance
with specifications and with details shown on plans.
Reinforcing bars shall be securely tied together with wire
at alternate intersections, following a pattern approved
by the Engineer, and at all splices, and shall be securely
tied with wire to each dowel intersected. When wire fabric
is used, it shall be securely tied with wire together at
all splices and to each dowel intersected. The minimum
length of overlap for wire fabric shall be twelve inches
(12") Tie bars shall be installed in the required
position by the method and device shown on plans or by
approved method and device equivalent thereto.
Wire intended for welded fabric shall be sufficiently free
of rust and drawing lubricant so as not to interfere with
electric resistance welding. Rust', surface seams, or
V-22
surface irregularities will not be cause for rejection
provided the minimum dimensions, cross -sectional area and
r
tensile properties of a hand wire -brushed test specimen
are not less than the requirements of ASTM A 497,
"Standard Specification for Wire Fabric, Deformed, For
Concrete Reinforcement". tightly adhered scale or rust
which resists removal by vigorous wire brushing need not
be removed except that excessive loss of section to the
reinforcement due to rust shall be cause for rejection.
r-
Excessive loss of section shall be defined as loss of
section to the extent that the reinforcement will no
longer meet the physical requirements for the size and
,..,
grade of steel specified. The presence of broken welds
shall not constitute cause for rejection unless the number
of broken welds per sheet exceeds one percent (it) of the
total number of joints in a sheet, or if the material is
furnished in rolls, one percent (1t) of the: total number
{
of joints in one hundred and fifty (150) square feet of
fabric and, furthermore provided not more than one half of
r-
the permissible maximum number of broken welds are located
on any one wire.
Where plans require an assembly of parts at pavement
r joints, the assembly shall be completed, placed at
required location and elevation, and all parts rigidly
secured in required position by the method and devices
shown on plans. Dowel bars shall be accurately installed
in joint assemblies in accordance with plans, each
parallel to the pavement surface and to the center line of
�., the pavement, and shall be rigidly secured in required
position by such means (as shown on plans) that will
prevent their displacement during placing and finishing of
the concrete.
4. Joints
When the placing of concrete is stopped, a bulkhead of
sufficient cross sectional area to prevent deflection,
accurately notched to receive the load transmission
devices or dowels if required, and shaped accurately to
the cross section of the pavement shall be provided and
installed as a back-up for the joint filler and rigidly
secured in required position to permit accurate finishing
of the concrete up to the joint. After concrete has been
finished to the joint, formation of the joint seal space
and finishing of the joint shall be executed. The back-up
bulkhead shall remain in place until immediately prior to
the time when concrete placing is resumed, when it shall
be carefully removed in such manner that no element of the
joint assembly will be disturbed. The exposed portion of
the joint assembly shall be free of adherent concrete,
V-23
5.
M
dirt or other material at the time placing of concrete is
resumed.
If necessary for proper installation of joint sealer,
excessive spalling of the joint groove shail be repaired
to the satisfaction of the Engineer in the manner which he
prescribes.
Careful workmanship shall be exercised in the construction
of all joints to insure that the concrete sections are
completely separated by an open joint or by the joint
materials and to insure that the joints will be true to
the outline indicated.
Weakened Plane Joints
Weakened plane joints shall consist of transverse
contraction joints and longitudinal joints and shall be
sawed as specified on the plans or as directed by the
Engineer. When the joints are sawed, the saw shall be
power driven, shall be manufactured especially for the
purpose of sawing concrete, and shall be capable of
performing the work. Saw blades shall be designed to make
a clean smooth cut having a width and depth of cut as
detailed on the plans. Tracks.adequately anchored, chalk,
string line or other approved methods shall be used to
provide true alignment of the joints. The concrete saw
shall be maintained in good operating condition and the
Contractor shall keep a stand-by power saw on the project
,.at all times when concrete operations are under way.
If membrane curing is used, the portion of the seal which
has been disturbed by sawing operations shall be restored
by the Contractor by spraying the area with additional
curing seal.
Contraction Joints
Transverse contraction joints shall be formed or sawed
joints perpendicular to the centerline and surface of the
pavement. Where sawed joints are used, contraction joints
at approximately 10 to 15-foot intervals shall be sawed as
soon as sawing can be accomplished without damage to the
pavement and before twelve (12) hours after the concrete
has been placed,. the exact time to be approved by the
Engineer. The remaining contraction joints shall be sawed
in a uniform pattern as directed by the Engineer, and
they shall be completed before uncontrolled cracking of
the pavement takes place. All joints shall be completed
before permitting traffic to use the pavement.
V-24
r
7. Longitudinal Joints
r► Longitudinal joints shall be sawed within twelve (12)
hours after construction of the pavement. Sawing shall not
cause damage to the pavement and the grooves shall be cut
with a minimum of spalling. No traffic (including
construction traffic) shall be permitted on the pavement
-. until the longitudinal joint is cut.
B. Joint Sealers
After the joints in the hardened concrete have been
repaired (if necessary) and cleaned to the satisfaction of
the Engineer, the joints will be filled with the W.R.
Meadows "SOF-SEAL". After the sealant is installed it will
effectively seal the joints against water, dirt and stones
throughout repeated cycles of expansion and contraction.
9. Asphalt Board
Premolded materials, wherever used, shall be anchored to
the concrete on one side of the joint by means of copper
wire or nails not lighter than No. 12 B&S gage. Such
anchorage shall be sufficient to overcome the tendency of
the material to fall out of the joint.
10. Spreading and Finishing
All concrete pavement shall be consolidateu by a.
mechanical vibrator. As soon as the concrete has been
spread between the forms, the approved mechanical vibrator
shall be operated to consolidate the concrete and remove
all voids. Hand manipulated vibrators shall be used for
areas not covered by the mechanical vibratory unit.
After finishing is completed and the concrete still
workable, the surface shall be tested for trueness with an
approved ten foot (101)steel straightedge. The
straightedge shall be operated from the side of the
pavement, placed parallel to the pavement centering and
passed across the slab to reveal any high spots or
depressions. The straightedge shall be advanced along the
pavement in successive stages of not more than one-half
r" its length. Practically perfect contact of the
straightedge with the surface will be required, and the
pavement shall be leveled to this condition, in order to
insure conformity with the surface test required after the
pavement has fully hardened. Any correction of the surface
required shall be accomplished by adding concrete if
r., required and by operating the longitudinal float over the
V-25
7
area. The surface test with the straightedge shall then be
repeated. Extra water will not be added for finishing.
After completion of the straightedge operation, the first
pass of the burlap drag,shall be made as soon as
construction operations permit and before the water sheen
has disappeared from the surface. This shall be followed
by as many passes as required to produce the desired
texture depth. There shall be no unnecessary delays
between passes. The drag shall be wet during use and
maintained clean and free from encrusted mortar. It is the
intent that the average texture depth resulting from the
number of tests directed by the Engineer be not less than
0.025 inches with a minimum texture depth of 0.020 inches
for any one test. Should the texture depth fall below that
intended, the finishing procedures shall be revised to
produce the desired texture.
The Contractor shall have available at all times hand
brooms with stiff bristles for the purpose of providing
textures when the pavement surface is in such a condition
that the burlap drag or other methods being employed will
not provide the desired texture.
After completion of dragging and about the time the
concrete becomes hard; the edge of the slab and joints
shall be carefully finished as directed by the Engineer,
and the pavement shall be left smooth -and true to line.
11. Protection of Pavement and Ooenina to Traffic
The Contractor shall erect and maintain the barricades
required by plans and such other standard and approved
devices as will exclude public traffic and traffic of his
employees and agents from the newly placed pavement for
the periods of time and at locations hereinafter
prescribed by the Engineer. Portions of the roadway, or
crossings of the roadbed required to be maintained open
for use by traffic, shall not be obstructed by the above
required barricades.
The pavement shall be closed to all traffic, including
vehicles of the Contractor, until the concrete is at least
fourteen (14) days old. This period of closure to all
traffic may be extended if, in the opinion of the
Engineer, weather or other conditions make it advisable to
provide an extension of the time of protection.
At the,end of the seven (7),day period and as long
thereafter as ordered by the Engineer, and if so desired
by the Contractor, the pavement may be opened for use by
V-26
vehicles of the Contractor provided the gross weight
(vehicle plus load) of such vehicles does not exceed
14,000 pounds. Such opening, however shall in no manner
r relieve the Contractor from his responsibilities for the
work. On those sections of the pavement thus opened to
traffic, all joints shall first be sealed, the pavement
cleaned and earth placed against the pavement edges before
4; permitting vehicles thereon.
After the concrete in any section is fourteen (14) days
old, or as long thereafter as ordered by the Engineer,
such section of pavement may be opened to all traffic as
required by plans or when so directed by the Engineer. On
those sections of the pavement thus opened to traffic, all
joints shall first be sealed, the pavement cleaned, earth
placed against the pavement edges and all other work
performed as required for the safety of traffic.
When High Early Strength Concrete, resulting from the use
of Type III cement as required by plans or special
provisions, is used, the pavement may be opened to all
traffic after the concrete is seven (7) days old, or as
long thereafter as ordered by the Engineer, subject to the
same provisions governing the opening after: fourteen (14)
days as above prescribed.
r` Where the Contractor desires to move any_equipment not
licensed for operating on public streets, on or across any
pavement opened to traffic, he shall protect the pavement
�-► from all damage by means of two-ply timber mats of 2 inch
(2") stock or runways of heavier material laid on a layer
of earth, all as approved by the Engineer.
The Engineer may require the opening of pavement to
traffic prior to the minimum time specified above under
conditions of emergency which in his opinion require such
^ action in the interest of the public. In no case shall the
Engineer order opening of the pavement to traffic within
less than seventy-two (72) hours after the last concrete
�.. in the section is placed. The Contractor shall remove all
obstructing materials, place earth against the pavement
edges and perform other work involved in providing for the
safety of traffic as required by the Engineer in ordering
emergency opening. Orders for emergency opening of the
pavement to traffic will be issued by the Engineer in
writing.
V-27
2. EARTH WORK
A. Subgrade Preparation for curb and clutter, streets, paving
(asphalt and concrete) alley returns, alley paving, valley
gutters, other miscellaneous -structures and earth work.
Description
Sub -grade preparation shall include the removal, haul and
disposal of all obstructions, including existing curbs,
gutters, paving materials, base materials, concrete slabs
and other obstructions shown on the plans or as designated
by the Engineer and all scarifying, pulverizing, wetting,
disking, blading and rolling with compactors to a depth of
at least six inches .(611) on residential streets and to a
depth of twelve inches (1211) on major thoroughfares and
collector streets. Compactors will be used from the bottom
to the finished sub -grade elevation to compact the
subgrade to 95% Standard Proctor Density on residential
streets according to ASTM D 698,"Test Method For
Laboratory Compaction Characteristics Of Soil Using
Standard Effort" in conformity to the line, grade and
sections as shown on the plans or as established by the
Engineer. Compactors will be used to compact the subgrade
to 100o Standard Proctor Density on thoroughfare streets
- according to ASTM D 698, "Test Method For Laboratory
Compaction Characteristics Of Soil. Using Standard Effort".
After the obstructions have been removed, or in
conjunction with such removal, the street bed and/or alley
return foundation and/or sidewalk foundation shall be
excavated and shaped in conformity with the typical
section and to the line and grades as shown on the plans
or as established by the Engineer.
All unstable or otherwise objectionable material shall be
removed from the subgrade and replaced with approved
material. The excavation shall be done in such a manner as
to require.a minimum of fill to bring the subgrade to the
correct elevation. When the subgrade is too low as
initially excavated, the Contractor shall place additional
soil or caliche in layers not exceeding four inches (4")
and compact each layer by moistening and rolling.
1. Scraper Work
The utilization of a scraper for excavation and shaping of
subgrade and base is permitted with exceptions which are
determined by depths of utility lines. Unless otherwise
specified by the Engineer, the scraper shall not exceed
V-28
n
twenty three (23) cubic yards capacity as rated loaded
flush by the manufacturer.
2. Compaction
Subgrade shall be compacted to appropriate Standard
Proctor Density according to ASTM D 698, "Standard Test
Methods for Moisture -Density Relations of Soil and Soil -
Aggregate Mixtures Using 5.5-lb. Rammer and 12-in. Drop"
r.
for all improvements except thoroughfare and collector
street paving. Subgrade shall be compacted to 100t
`
Standard Proctor Density according to ASTM D 698,
"Standard Test Methods for Moisture -Density Relations of
r
Soils and Soil -Aggregate Mixtures Using 5.5-lb. Rammer and
12-in. Drop"for thoroughfare and collector street paving.
P'
Density tests conforming to ASTM D 2922, "Standard Test
Methods For Density Of Soil and Soil -Aggregate in Place By
Nuclear Methods" will be performed by Cit): Inspectors and
r.,
test rolling will be observed by City inspectors.
r
Swelling subgrade (soils with plasticity index of 20 or
more) shall be sprinkled as required to provide not less
than optimum moisture during compaction. Other subgrade
soils will be compacted at a moisture content of plus or
minus 2t below optimum moisture or other moisture content
directed by the Engineer.
Test rolling will be accomplished with a twenty-five (25)
ton pneumatic tire roller or other pneumatic tire roller
approved by the Engineer, The Engineer may require up to
six (6) passes of the roller in determining the condition
of the subgrade.
Any soft or unstable areas found by test rolling will be
corrected by removing the soft or unstable material and
replacing it with suitable compacted to specified density.
The areas so corrected shall be test rolled as specified
above.
3. Intersection
Special care shall be exercised in grading street
intersections where dips are located so that the cross
profiles present a smooth riding surface and so that the
compacted base thickness will not be less than six inches
(611) or nine inches (911) as specified.The crown section
shall begin to decrease 60 feet back of the end of radius
for residential streets. Wider street dip sections will be
blue topped as shown on the detail sheet.
V-29
4. Prosecution of the Work
The Contractor may proceed with subgrade preparation on
any schedule he may select except that, unless hindered by
factors beyond his control, not more than seven (7)
calendar days shall elapse between the time subgrade
preparation is begun and the spreading and compacting of
the base has started. Measures shall be to} -en by the
contractor not to leave driveways impassable during the
night hours.
5. Excess Materials
Materials excavated in excess of that needed in fill and
backfill behind curb shall be wasted by the Contractor.
Care shall be taken by the Contractor to use only topsoil
in the backfill behind the curbs. The Contractor may
dispose of the surplus excavated material in any manner
not objectionable to the public, and it is his
responsibility to locate a suitable site for dumping the
waste excavation. In any event, the Contractor shall not
dispose of the surplus materials in any of the lake areas
either outside or within the city limits'. Location of
disposal sites near any lake area must be c..pproved by the
Engineer.
6. Subgrade for Alley Paving
The preparation of the subgrade for concrete alley paving
shall be done in the same manner as other subgrade
excavation which requires scarifying, wetting, disking,
blading, rolling, and compacting. The Contractor will be
required to excavatearound existing improvements such as
gas .meter, water meters., poles, etc. Each of these
obstructions shall be the responsibility of the
Contractor. Trees that conflict with the improvements
shall be removed by the Contractor upon approval of the
Engineer.
The Contractor shall shape to subgrade to the cross-
section shown on the plans and to .the lines and grades
established by the Engineer. After the for►�:s are set and
before the reinforcing is placed, the Contractor shall
finally shape the subgrade so -that there will be a minimum
thickness of concrete of five inches (5") at the
centerline and seven and one-half inches (7-1/211) at the
outside edges. All areas where fill material is required
shall be compacted. The subgrade shall be wetted and
rolled to secure 900c Standard Proctor Density in
V-30
accordance with ASTM D 698, "Test Method For Laboratory
Compaction Characterisics Of Soil Using Standard Effort'in
the upper six inches (611) making a firm foundation for the
alley paving. The Contractor will be required to shape the
portion of the alley outside of the limits of the concrete
slab so that all drainage in the alley will be to the
invert of the concrete slab. Excess excavated materials
shall be hauled to any approved location.
B. Embankment
Description
Prior to placing any embankment, all "Preparing Right -Of -
Way" and/or "Clearing and Grubbing" operations shall have
been completed on the excavation sources and areas over
which the embankment is to be placed. Stump holes or other
small excavations in the limits of the embankment shall be
backfilled with suitable material and thoroughly tamped by
approved methods before commencing embankment
construction. The surface of the ground, including plowed
loosened ground, or surface roughened by small washes or
otherwise, shall be restored to approximately its original
slope by blading or other methods and where indicated on
plans or required by the Engineer, the ground surface thus
prepared shall be compacted by sprinkling and rolling.
Where embankments are to be placed adjacent to or over
existing roadbeds, the roadbeds slopes shall be plowed or
scarified to a depth of not less than six inches (6") and
the embankment built up in successive layers, as
hereinafter specified, to the level of the old roadbed
before its height is increased. Then, if directed, the top
of the roadbed shall be scarified and recompacted with the
next layer of the new embankment. The total depth of the
scarified and added material shall not exceed the
permissible depth of layer.
Trees, stumps, roots, vegetation, or other unsuitable
materials shall not be placed in embankment.
Except as otherwise required by the plans, all embankment
shall be constructed in layers approximately parallel to
the finished grade of the roadbed and unless otherwise
specified each layer shall be so constructed as to provide
a uniform slope of one-fourth inch(U") per foot from the
center line of the roadbed to the outside.
Embankments shall be constructed to the grade established
by the Engineer and completed embankments shall correspond
to the general shape of the typical sections shown on the
V-31
r
t
m
plans and each section of the embankment shall correspond
to the detailed section or slopes established by the
Engineer. After completion of the roadway, it shall be
continuously maintained to its finished section and grade
until the project is accepted.
Except as otherwise specified, earth embankments shall be
constructed in successive layers for the full width of the
individual roadway cross section and in such lengths as
are best suited to the sprinkling and compaction methods
utilized.
Layers of embankment may be formed by utilizing equipment
which will spread the material as it is dumped, or they
may be formed by being spread by blading or other
acceptable methods from.piles or windrows dumped from
excavating or hauling equipment in such amounts that
material is evenly distributed.
Minor quantities of rock encountered in constructing earth
embankment shall be incorporated in the specified
embankment layers, or may be placed in accordance with the
requirements for the construction of rock embankments in
the deeper fills within the limits of haul shown on the
plans, provided such placement of rock is not immediately
adjacent to structures. Also, rock may be placed in the
portions of embankments outside the -limits of the
completed roadbed width where the size of the rock
prohibits their incorporation in the normal embankment
layers.
Each layer of embankment shall be uniform as to material,
density and moisture content before beginning compaction.
Where layers of unlike materials abut each other, each
layer shall be featheredged for at least 100 feet or the
material shall be so mixed as to prevent abrupt changes in
the soil. No material placed in the embankment by dumping
in a pile or windrow shall be incorporated in a layer in
that position, but all such piles or windrows shall be
moved by blading or similar methods. Clods or lumps of
material shall be broken and the embankment material mixed
by blading, disking, or similar methods to the end that a
uniform material or uniform density is secured in each
layer. Water required for sprinkling to bring the material
to the moisture content necessary for maximum compaction
shall be evenly applied and it shall be the responsibility
of the Contractor to secure a uniform moisture content
throughout the layer by such methods as may be necessary.
In order to facilitate uniform wetting of the embankment
material, the Contractor shall water at the material
source if the sequence and methods used are such as not to
V-32
r
cause an undue waste of water. Such procedure shall be
subject to the approval of the Engineer.
1. Compaction
The compaction method shall require that each layer shall
be compacted to the required density by any method, type,
w and size of equipment which will give the required
compaction. The depth of layers, prior to compaction,
�- shall depend upon the type of sprinkling and compaction
equipment used. Prior to and in conjunction with the
rolling operation, each layer shall be brought to the
moisture content necessary to obtain the required density
and shall be kept leveled with suitable equipment to
insure uniform compaction over the entire layer.
For each layer of earth embankment and select material, it
is the intent of this specification to provide the density
as required herein, unless otherwise shown on the plans.
The required compaction shall be 95t Standard Proctor
Density ASTM D 698.
After each section of earth embankment or select material
is complete, tests as necessary will be made by the
Engineer. If the material fails to meet the density
specified, the course shall be reworked as necessary to
obtain the specified compaction, and the compaction method
may be altered on subsequent work to obtain specified
density. Such procedure shall be determined by, and
subject to, the approval of the Engineer.
At any time, the Engineer may order proof rolling to test
the uniformity of compaction of the embankment subgrade.
All irregularities, depressions, weak or soft areas which
develop shall be corrected immediately by the Contractor.
Should the subgrade, due to any reason or cause, lose
required stability, density, or finish before the pavement
structure is placed, it shall be recompacted and
refinished at the sole expense of the Contractor.
Excessive loss of moisture in the subgrade shall be
prevented by sprinkling, sealing, or covering with a
subsequent layer of granular material. Excessive loss of
moisture shall be construed to exist when the subgrade
soil moisture content is more than 4 percent below the
optimum for compaction to Standard Proctor Density (ASTM D
698) .
At Culverts
V-33
F
Embankments adjacent to culverts which cannot be compacted
by use of the blading and rolling equipment used in
compacting the adjoining sections of embankment shall be
compacted in the manner prescribed below.
The following requirements shall apply to the backfilling
of pipe culverts in addition to the pertinent portions of
the general requirements given in the preceding section.
After the bedding has been prepared and the pipe installed
as required by the pertinent specifications, selected
materials from excavation or borrow shall be placed along
both sides of the pipe equally, in uniform layers not to
exceed six inches (6") in depth (loose measurement),
wetted and thoroughly compacted so that on each side of
the pipe there shall be a berm of thoroughly compacted
materials at least as wide as the external diameter of the
pipe, except insofar as undisturbed material obtrudes into
this area. The method and degree of compaction shall be
same as specified above.
Filling and/or backfilling shall be continued in this
manner to the elevation of the top of the pipe. Special
care shall be taken to secure thorough compaction of the
material placed under the haunches of the pipe. All fill
or backfill below the top of the pipe shall be compacted
mechanically in the same manner and to the density
prescribed above, regardless of whether or not such
material is placed within the limits of the embankment or
roadbed.In the case of embankments, the remainder of the
fill above the top of pipe shall be placed in accordance
with the provisions for placing roadway embankment as
prescribed in the pertinent specification included in the
contract. No construction traffic will be permitted to
cross any pipe culvert until the minimum depth of fill
above the pipe as determined by the Engineer has been
placed and consolidated.
3. BASE COURSE
The base course shall consist of a minimum of six inches
(611) or nine inches W) of compacted approved caliche,
black base or combination of caliche and black base
material shaped in accordance with the typical cross -
sections provided in the plans and to the grades
established by the Engineer.
A. Hauling and Placing
Approved base material shall be hauled in vehicles of
uniform capacity to the site and dumped evenly so that an
V-34
4 adequate quantity of material will be placed to provide a
minimum of six inches (6")of compacted base material on
all units except major thoroughfares streets. On these
streets the Contractor will construct nine inches (9")of
compacted base material.
B. Processing
Processing of caliche base shall be accomplished in
mulitiple lifts of three inches (3") in compacted depth.
Each lift or layer shall be thoroughly moistened and
rolled as it is cut from the windrow. After all of the
material is cut from the windrow to the sides, it shall be
cut back to the center in lifts of three inches (3") and
thoroughly moistened and rolled again. Succeeding layers
shall then be placed similarly until the caliche base
course is completed.
Caliche base shall be compacted to 95% Standared Proctor
r- Density (ASTM D 698) for all improvements except
thoroughfare street paving shall be compacted to 100%
Standard Proctor Density.
Density tests conforming to ASTM D 2922, "Standard Test
Methods For Density Of Soil And Soil -Aggregate In Place By
Nuclear Methods" will be performed by City Inspectors and
test rolling for base will be observed by City inspectors.
Caliche base shall be compacted at a moisture content of
r. plus or minus 2% below optimum moisture or other moisture
content as directed by the Engineer.
The finished caliche base shall be test rolled with a
twenty-five (25) ton pneumatic tire or other approved
roller. The Engineer may require up to six (6) passes of
the roller in determining the condition of the base.
All nine inch (9") compacted caliche base shall be
accomplished in three inch (3")lifts. The caliche course
shall then be sprinkled as required and rolled with
compactors as directed until a uniform compaction of
specified "Standard Proctor Density" (ASTM D 698) is
secured. Throughout this entire operation, the shape of
the course shall be maintained by blading; and the surface
upon completion shall be smooth and in conformity with the
typical sections shown on plans and to the established
lines and grade.
Traffic may be allowed to travel on the caliche base, as
directed by the Engineer, during construction. During
this period, the caliche base shall be satisfactorily
V-35
maintained by the use of water trucks, blades, drags and
such other equipment as may be required. The base course
shall be so maintained until the wearing surface is placed
thereon. The surface shall not be placed on base course
that exceeds optimum mixture by two percent (2t).
Processing of asphaltic base shall be as directed by the
Engineer and similar to that described under Hot Mix
Asphaltic Concrete Surface. Lift thickness will be
indicated by the Engineer or as shown on the paving plans:
Electronic screed controls will be required for placing
black base on grade. The density required will be
determined by the Engineer after material to be used has
been approved. All areas and "nests" of segregated coarse
or fine material shall be corrected or removed and
replaced with well graded material as directed by the
Engineer.
Each layer of black base may be test rolled, as directed
by the Engineer, with a twenty-five (25) ton pneumatic
tire or other approved roller requiring up to six (6)
passes before succeeding layers are placed. A delay in
construction of a black base mat or surface will require
test rolling and approval prior to construction of the
next layer.
C. Finishin
Description
The compacted base shall be finished and shaped
immediately preceding the application of the surface
treatment. All loose or unconsolidated material shall be
removed and the surface moistened and rolled with a steel
wheel roller.
1. Failed Density or Weak Spots in Base
The finished caliche base shall be checked for density
requirements and by test rolling. Materials that fails
the density requirement shall be reworked as necessary
until passing. The full depth of caliche base shall be
compacted to the extent necessary to remain firm and
stable under test rolling. All irregularities,
depressions or weak spots which develop shall be corrected
.immediately by scarifying he areas affectd, adding
suitable material as required, reshaping and recompacting
by sprinkling and rolling. If the Contractor chooses, he
may repair the weak spot by removing the material involved
and replacing it with type "C" hot mix or asphalt
stabilized base. In this case, the surface may be applied
V-36
as soon as the hot mix patch has been compacted and cooled
to ambient temperature.
2. Allowable Deviation in Finish
Immediately prior to placing of surfacing, the base shall
r be checked and any deviation in excess of three -eights
inch (3/8") from the established grade or true cross
section shall be corrected'as provided above for defects.
Longitudinally a straightedge ten feet (101)long shall be
used to detect any deviation which shall be corrected as
defects.
4. HOT MIX ASPHALTIC CONCRETE SURFACE
A. Description
This item shall consist of one and one-half inch (1-1/211)
compacted City of Lubbock (C.O.L.) Type "C" or Type "D"
hot mix asphaltic concrete surface_as specified, using
approved crushed stone aggregate, constructed over a
compacted base. The base shall be primed and a tack coat
applied as required.
1. Sampling and Testing Hot Mix Asphaltic Concrete for
Compaction
Hot mix asphaltic concrete will be accepted on a lot
basis. A lot will consist of 1000 tons or each days
production and will be divided into three (3) equal
sublots. Pavement density will be determined by taking
the average density for each lot, from the three (3)
sublots, the average Maximum Theoretical Density, taken
from trucks delivering hot mix asphaltic concrete to the
site. The samples will be tested in accordance with ASTM
D 2041, "Standard Test Method For Theoretical Maximum
Specific Gravity And Density Of Bituminous Paving
Mixtures".
r, Each lot of compacted pavement will be accepted, with
respect to density, when the average field density is
within the below listed specifications. Four field
density determinations will be made for each lot. Cores
taken from the pavement will be used to test the field
density. The density of the cored samples will be
determined in accordance with ASTM D 2726, "Standard Test
r Method For Bulk Specific Gravity And Density Of Compacted
Bituminous Mixtures Using Saturated Surface -Dry Specimems"
r.. Density Specifications
V-37
Based on Maximum Theoretical Density
Minimum = 92.51c
Optimum = 96.001
Maximum = 97.51;
If the mixture produced does not have the specified
qualities, it shall be adjusted until it does. The
pavement shall be constructed on the previously completed
and approved subgrade, base, existing pavement, bituminous
surface or in the case of a bridge, on the prepared floor
slab, as herein specified and in accordance with the
details shown on the plans.
2. Temperature Requirements
A. November 1 until April 1
1. The asphaltic mixture shall not be placed when the air
temperature is below 55 degrees F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 50 degrees F and rising.
B. April 1 till November 1
1. The asphaltic mixture shall not be placed when the air
temperature is below 50 degrees F and falling.
2. The asphaltic mixture may be placed when the air
temperature is above 45 degrees F and rising.
The air temperature shall be taken in the shade away from
artificial heat or as reported by the National Weather
Service on their hourly report (Telephone No. 762-0141).
The Engineer may use his discretion to. require a cover
over the asphaltic mixture when being hauled from the
plant to the job site.
If the temperature of a load of asphaltic concrete
measured while passing through the lay-dowi, machine is 25
degrees F less than the mixing temperature, the load may
be rejected by the Engineer and payment will not be made
for the rejected material.
3. Preparation of Base and Areas Borderinct
The compacted base upon which the hot mix asphaltic
concrete surface is to be placed shall be prepared and
V-38
cleaned, as required by the Engineer, before the prime
coat is applied.
4. Prime Coat
The prime coat shall consist of an application of twenty-
five hundredths (0.25) gallon per square yard of MC
asphalt.
5. Tack Coat
Before the asphaltic mixture is laid, the surface upon
which the tack coat is to be placed shall be cleaned
thoroughly by a power broom to the satisfaction of the
engineer. The surface shall be given a uniform application
r
of tack coat using asphaltic materials of this
j
specification. This tack coat shall be applied, as
directed by the Engineer, with approved sprayer. Where the
mixture will adhere to the surface on which it is to be
r
placed without the use of a tack coat, the tack coat may
C
be eliminated by the Engineer. All contact surfaces of
curbs and structures and all joints shall be painted with
a thin uniform coat of the asphaltic material meeting the
requirements for tack coat. The tack coat shall be rolled
with a pneumatic tire roller as directed by the Engineer.
6. Transporting Asphaltic Concrete
The asphaltic mixture, prepared as specified above shall
be hauled to the work site in tight vehicles previously
cleaned of all foreign material. The dispatching of the
vehicles shall be arranged so that all material delivered
may be placed, and all rolling shall be completed during
day -light hours. The inside of the truck body may be
given a light coat of oil, lime slurry or other material
satisfactory to the Engineer, if necessary, to prevent
mixture from adhering to the body. In cool weather or for
long hauls, canvas covers and insulating of truck bodies
may be required. Vehicles of the semi -trailer type are
prohibited.
7. Placing
Generally the asphaltic mixture
on the approved prepared surface
spreading and finishing machine
properly compacted the finished
shall be dumped and spread
with the specified
in such manner that when
pavement will be smooth,
7
I
of uniform density and will meet the requiements of the
typical cross sections and the surface tests. During the
application of asphaltic material, care shall be taken to
prevent splattering of adjacent pavement, curb and gutter,
and structures.
The surface course shall be laid in a compacted layer with
a minimum compacted thickness of one and one-half inches
(1-1/211) .
A level up course, one-half inch (1/211) or more in
thickness, shall require the use of black base or a coarse
grade of hot mix approved by the Engineer. It shall be
spread and compacted to lines and grades as established by
the Engineer.
When the asphaltic mixture is placed in a narrow strip
along the edge.of an existing pavement, or used to level
up small areas,of an existing pavement or ;laced in small
irregular areas where the use of a finishing machine is
not practical, the finishing machine may be eliminated
when authorized by the Engineer, provided a satisfactory
surface can be obtained by other approved methods.
.Adjacent to flush curbs, gutters, liners and structures,
the surface shall be finished uniformly high so that when
compacted it will be no more than one -quarter inch QC)
above the edge of the curb and flush structure.
All joints shall present the same texture density, and
smoothness as other sections of the course. The joints
between old and new pavements or between successive day's
work shall be carefully made to insure a continuous bond
between old and new sections of the course.
The transverse edges of.old pavement and, if required by
the Engineer, the successive days pavement shall be sawed
with an approved concrete saw to expose an even vertical
surface for the full thickness of the course. All contact
surfaces of previously constructed pavement shall be
painted with a thin uniform coat of hot bituminous
material before the fresh mixture is placed.
B. Compactincr
As directed by the Engineer, the pavement shall be
compacted thoroughly and uniformly to the required
density. The specified rollers shall be used, except as
provided in paragraph(3) below.
V-40
s�
Rolling with the three wheel and tandem rollers shall
start longitudinally at the sides and proceed toward the
r• center of the pavement, overlapping on successive trips by
at least half the width of the rear wheels unless
otherwise directed by the Engineer. Alternate trips of
the roller shall be slightly different in length. On
super -elevated curves, rolling shall begin at the low side
and progress toward the high side unless otherwise
directed by the Engineer. Rolling with pneumatic roller
r' shall be done as directed by the Engineer. Rolling shall
be continued until required compaction is obtained and all
roller marks are eliminated. One tandem roller, two
r, pneumatic rollers and at least one three wheel roller, as
specified above, shall be provided for each job.
Additional rollers shall be provided if needed.The motion
of the roller shall be slow enough at all times to avoid
r' displacement of the mixture. If any displacement occurs,it
shall be corrected at once by the use of rakes and of
fresh mixture where required. The roller shall not be
allowed to stand on pavement which has not been fully
compacted. To prevent adhesion of the surface to the
roller, the wheels shall be kept thoroughly moistened with
r„ water, but an excess of water will not be permitted. All
rollers must be in good mechanical condition. Necessary
precautions shall be taken to prevent the droppings of
gasoline,diesel, oil grease or other foreign matter on
the pavement, either when the rollers are in operation or
when standing.
r, When indicated on the plans or permitted by the Engineer
in writing, the pavement may be compacted to the required
density by the use of compacting equipment other than that
specified herein.
M
Hand tamping. The edges of the pavement along curbs,
headers and similar structures, and all places not
accessible to the roller, or in such positions as will not
allow thorough compaction with the roller, shall be
thoroughly compacted with lightly oiled tamps.
Rolling with the trench type roller will be required on
widening areas in trenches and other limited areas where
satisfactory compaction cannot be obtained with the three
wheel and tandem rollers.
9. Surface Tests
The surface of the pavement, after compaction , shall be
smooth and true to the established line, grade and cross
section, and when tested with a ten foot (101) straight
edge placed parallel to the centerline of the roadway or
V-41
tested by other equivalent and ,acceptable means, except as
provided, herein, the maximum deviation shall not exceed
one -eighth inch (1/8") in ten feet,(101), and any point in
the surface not meeting this requirement shall be
corrected as directed by the Engineer. When placed on
existing surfaces, the one -eighth inch (1/8") deviation in
ten feet (101)requirement may be waived by the Engineer.
10. Surface Density Test
See Section IV, Item 10-D. Laboratory Control.
11. Equipment
Spreading and Finishing Machine. The spreading and
finishing machine shall be of a type approved by the
Engineer, shall be capable of producing;a surface that
will meet the requirements of the typical cross section
and the surface test, when required, and shall have
adequate power to propel the delivery vehicle in a
satisfactory manner when the mixture is dumped into the
finishing machine. The finishing machine shall be equipped
with a flexible spring and/or hydraulic type hitch
sufficient in design and capacity to maintain contact
between the rear wheels of the hauling equipment and the
pusher rollers of the finishing machine while the mixture
is being unloaded. The finishing machine shall be operated
in a low gear, or as directed by the Engineer, at a speed
to produce a surface that will meet the requirements of
the typical cross section and surface test.
Any vehicle which the finishing machine car:not push or
propel in such a manner as to obtain the desired lines and
grade without resorting to hand finishing will not be
allowed to dump directly into the finishing machine.
Vehicles dumping into the finishing machine shall be
mechanically and/or automatically operated in such a
manner that overloading the finishing machine being used
cannot occur and the required lines and grade will be
obtained without resorting to hand finishing.
Dumping of the asphaltic mixture in a windrow and then
placing the mixture in the finishing machine with loading
equipment will be approved by the Engineer,provided that
the loading equipment is constructed and operated in such
a manner that substantially all of the mixture deposited
on the roadbed is picked up and placed in the finishing
machine without contamination by foreign material of the
mixture. The loading equipment will be so designed and
operated that the finishing machine being loaded will
obtain the required line, grade and surface without
V-42
i
r..
.; resorting to hand finishing. Any operation of the loading
equipment resulting in the accumulation and subsequent
shedding of this accumulated material into the asphaltic
mixture will not be permitted.
Forms. The use of forms will not be required except where
necessary to support the edges of the pavement during
rolling. If the pavement will stand rolling without undue
movement, binder twine or small rope may be used to align
the edges.
Motor Grader. The motor grader, if used, shall be self-
propelled power motor grader; it shall be equipped with
pneumatic tired wheels; shall have a blade length of not
less than twelve feet (121); shall have a wheel base of
not less than sixteen feet (161) ; and shall be tight and
in good operating condition and approved by the Engineer.
Pneumatic Tire Rollers. The pneumatic tire roller shall be
r" an acceptable self-propelled roller mounted on pneumatic
tired wheels, with the weight capable of being varied
uniformly from 275 to 550 pounds per inch width of tire
�. tread, so constructed as to be capable of being operated
in both a forward and a reverse direction and shall have
a suitable provision for moistening the surface of the tires
while operating. All tires of the same roller shall be
smooth tread of equal size and diameter and shall be
arranged in such a manner that the gap between the tires
of one axle will be covered by the tires of the other.
The tire pressure of each tire shall be adjusted as
directed by the Engineer and this pressure shall not vary
by more than five (5) pounds per square inch.
Two Axle Tandem Roller. This roller shall be an acceptable
power driven tandem roller weighing not less than eight
(8 ) tons.
Three Wheel Roller. This roller shall be an acceptable
power driven three wheel roller weighing not less than ten
(10) tons.
Trench Roller. This roller shall be an acceptable power
driven trench roller equipped with sprinkler for keeping
the wheels wet and adjustable road wheel so that the
roller may be kept level during rolling. The drive shall
be not less than 20 inches wide.The roller under working
conditions shall produce 325 pounds per linear inch of
roller width and be so geared that a speed of one and
eight -tenths (1.8) miles per hour is obtained in low gear.
rft
V-43
I
Straightedges and Templates. When directed by the
Engineer, the Contractor shall provide acceptable ten foot
(101) straightedges for surface testing. Satisfactory
templates shall be provided by the Contractor as required
by the Engineer.
All equipment shall be maintained in good repair and
operating condition and shall be approved by the Engineer.
The Contractor shall furnish such suitable machinery,
equipment, and construction forces as may be necessary, in
the opinion of the Engineer, for the proper prosecution of
the work, and failure to do so may cause the Engineer to
withhold all estimates which have or may become due or the
Engineer may suspend work until his requests are complied
with.
12. Opening to Traffic
The pavement shall be opened to traffic when directed by
the Engineer. All construction traffic allowed on the
pavement shall comply with the City of Lubbock Ordinance
governing traffic on City Streets.
If the surface ravels,corrugates or,shoves, it will be the
contractor's responsibility to correct this condition at
his expense.
5. CLEANUP
Within three (3) days after completion of any Sub -Unit of
paving the Contractor shall clean, remove rubbish and
temporary structures from the street, restore in an acceptable
manner all property, both public and private, which has been
damaged during the prosecution of the work, and leave the site
of the work in a neat and presentable condition throughout.
The cost of the "cleanup" shall be included as a part of the
cost of the various items of work involved, and no direct
compensation will be made for this work. This work shall be
done before final acceptance of the Sub -Unit will be
considered.
The cleanup shall include the sloping, filling and shaping of
the area between the curb and property line. This area shall
be filled with good top soil. When the ground i.;ehind the curb
is higher than the top of the curb, the Contractor will be
required to cut this area down to provide a;smooth; even slope
between the property.line and the curb.
6. PROTECTION OF EXISTING UTILITIES
V-44
A. Adjustment of Valves and Manholes
The City Forces will place valve boxes and manholes on
finished grade after the base has been finished to grade.
The Contractor shall allow the City Forces at least three
(3) days to do this work after finishing the base and
before application of asphalt. It shall be the
responsibility of the Contractor to notify the Water and
Sewer Department forty-eight (48) hours after the curb and
gutter has been completed so that the City Forces can
properly schedule their work. In all alleys the City
Forces will set the valve boxes and manholes to grade
after the forms are in place. Any variation in this
procedure that causes expense to the City shall have the
approval of the Engineer, and such expense shall be borne
by the Contractor.
B. Installation, Adjustments, and Protection of Utilities
and Traffic Installations
The plans show only approximate locations of utilities as
obtained from the various utility companies and shall not
relieve the Contractor from familiarizing himself with all
underground utilities. It is not implied that all existing
utilities are shown on the plans. The City of Lubbock does
not assume any responsibility for any utility lines which
are not shown on the plans.
The utility companies will attempt to move all utilities
that can be reasonably removed prior to beginning of
construction; however, this does not relieve the
Contractor from any damage that he might do to any utility
property. In case of any damage, the Contractor shall
immediately notify the utility company.
City Water and Sewer 767-2588
Lubbock Power and Light 767-2555
City Traffic Shop 767-2140
Energas Traffic Shop 741-0231
Southwestern Public Service 796-3250
Southwestern Bell Telephone 741-5151
Cox Cable of Lubbock 793-4683
City Traffic Engineering 767-2132
V-45
i
Sequence: The sequence of .utility adjustments has been
mutually agreed upon by the utility companies in the City
of Lubbock and will attempt to follow the following
schedule:
Plans for contract project will be delivered to all
utility companies two (2) weeks prior to opening bids. As
a general rule, these projects will have been staked.
The utility companies will relocate all items necessary,
.locate and flag all meters, valves, manholes, underground
cables, etc., prior to the date the Contractor is to begin
construction.
After the subgrade is completed on alley paving projects,
and after the base is completed on all street paving
projects, all manholes, valve boxes , etc., will be set to
finished grade by the utility companies. The site shall be
left in a clean condition.
On all projects, including private contracts, the
Contractor shall exercise care not to damage any sanitary
sewer pipe or manholes, storm sewer pipe or manholes, or
telephone cable or manholes, water or gas lines, valve
boxes , meter boxes, nor any other pipe or utility. If
necessary, the Contractor shall call the department or
company concerned and make arrangements for adjusting the
manhole, valve box, meter box,or other utility to grade.
On all projects for which he is awarded a contract, the
Contractor will be responsible during the construction
period for any damages to manholes, valve boxes, meter
boxes, and other utilities.
Should any item be damaged during the process of
construction, the Contractor is to notify the affected
utility company and the City inspector. The utility
company will immediately repair the damaged item. Any
bills for damage will be sent through -the Department of
Engineering. The Department of Engineering will process
all bills and fix responsibility for damage and govern the
extent of repair.
Private contracts do not have plans, but utility companies
will be furnished cut sheets and notified of impending
construction by letter. Other items such as adjustments,
damages, etc. will be handled the same as for bid let
projects.
The utility companies will schedule their work with the
Contractor. When utility adjustments commence before the
V-46
contract is awarded, it will be the responsibility of the
utility company to barricade the project.
Unless otherwise agreed upon by the City and the utility
companies involved, the sequence of installation of
underground utilities shall be as follows:
Utility Sequence
r' Sewer First
Electric (Primary) Second
r
Electric (Secondary) Third
Telephone Fourth (last if no power or
T.V.)
T.V. Cable Fifth
Water Sixth
rGas Seventh
l Traffic Engineering Eighth
on all projects, including private contracts, the
Contractor shall not place curb and gutter or base
material at points where underground utilities cross or
propose to cross until such utilities have been adjusted
or installed.
7. SALVAGING AND REPLACING BASE
A. Description
"Salvaging and Replacing Base" shall consist of removing
the existing base material where shown on plans, such
temporary storage as is necessary, and the replacement of
this material on the prepared roadbed as herein specified
and in conformity with the typical sections shown on plans
and to the lines and grades as established by the engineer.
B. Construction Methods
1. Salvaging Existing Base
The existing base, including any bituminous mat not shown
on plans to be salvaged, shall first be cleaned of all dirt
V-47
E
or other objectionable material by blading, brooming or
other approved methods, then scarified to the width and
depth as may be required to provide the estimated amount of
salvaged material per station as shown on the plans.
Subgrade shall be reworked, if necessary, as directed by
the Engineer. Any bituminous mat encountered shall be
broken into particles not more than two inches in size, and
incorporated uniformly with the existing base. The material
thus salvaged shall be placed in stockpiles or windrows
until sufficient subgrade has been prepared to receive the
salvaged material; then, if the Contractor so elects, the
remaining old base material as salvaged may be placed
directly upon the prepared subgrade as directed by the
Engineer, thus eliminating the necessity of stockpiling. It
shall be the responsibility of the Contractor that all the
available material shall be salvaged and replaced and shall
be kept reasonably free of soil from the su;_;grade or
roadbed during the salvaging and replacing operations. When
material is windrowed or stockpiled, it shall be so placed
not to interfere with traffic, proper drainage or the
general progress of the work.
2. Preparation of Subgrade
Preparation of subgrade shall be in accordance with Section
V, Item 2 Earth Work of these specifications.
3. Replacement of Salvage Material
The salvage material shall be in accordance with Section V,
Item 2 Earth Work of these specifications.
8. SALVAGING AND STOCKPILING BASE MATERIAL
A. Description
This item shall consist of salvaging base material from
places shown on the plans or as directed by the Engineer
and of stockpiling that material where shown on the plans
or directed by the Engineer.
B. Construction Methods
Trash, wood, brush, stumps and other objectionable material
at the storage site shall be removed and disposed of as
directed by the Engineer prior to the beginning of work
required by this item. The'base material, including any
asphalt mat, which may not be shown on the plans, shall be
cleaned of all dirt or other objectionable material.
Asphaltic materials shall be broken into pieces not more
than two inches in size and incorporated uniformly with the
:V-48
salvaged base material. Material to be salvaged shall be
worked into stockpiles or windows and loaded by approved
equipment into approved equipment for hauling to the
stockpile site. It shall be the responsibility of the
Contractor that all the available material shall be
salvaged and kept reasonably free of soil from subgrade or
rroad bed during the salvaging operations. The operation
shall be conducted in such manner as not to interfere with
traffic, drainage or the general requirements of the work.
After the material is deposited in the stockpile area, it
shall be worked into a neat compact stockpile.
9. TOLERANCE IN PAVEMENT THICKNESS
The thickness of the pavement shall be determined by average
caliper measurement of cores tested in accordance with ASTM
C174.
Pavement thickness shall be not less than the specified
minimum thickness.
When the measurement of any core is less than the specified
minimum thickness, the actual thickness of the pavement in
this area shall be detemined by taking additional cores at
not less than ten feet (101) intervals parallel to the
centerline in each direction from the affected location until
each direction from the affected location until in each
direction a core is found which is not deficient. Areas
found deficient in thickness shall be removed and replaced
with pavement of the minimum thickness specified.
Cores shall be obtained at the discretion of the Engineer.
10. PREFORMED PAVEMENT MARKINGS
A. Description: This work will consist of furnishing and
installing retroreflective preformed pavement markings in
accordance with this provision and in reasonably close
conformity with the dimensions and lines shown on the
plans or established by the Engineer.
r
F
V-49
B. Materials: The preformed markings shall consist of white
or yellow films with pigments selected and blended to
conform to standard highway colors throug': the expected
life of the film. Glass beads shall be incorporated to
provide immediate and continuing retroflection.
The size, quality and refraction index of the glass beads
shall be such that the performance requirements for the
markings shall be met. The bead adhesion shall be such
that beads are not easily removed when the material
surface is scratched with a thumbnail.
The film shall have glass bead retention qualities such
that when a two inch x six inch (2" x 611) sample is bent
over a one-half inch (1/211) diameter mandrel, with the
two inch (211) dimension perpendicular to the mandrel
axis, microscopic examination of the area on the mandrel
show no more than ten percent (10%) of the beads with
entrapment by the binder of less than forty percent
(40%) .
Preformed words and symbols shall conform to the
applicable shapes and sizes as outlined in the "Texas
Manual on Uniform Traffic Control Devices for Streets and
Highways," dated 1980, or as modified.
The preformed markings shall be capable of being adhered
to asphalt concrete or portland cement by a pre -coated
pressure sensitive adhesive. A primer may used to
precondition the pavement surface. The preformed marking
film shall mold itself to pavement contours by the action
of traffic. The pavement marking films also shall be
capable of application on new, dense and open graded
asphalt concrete wearing courses during the paving
operation in accordance with the manufacturer's
instructions. After application, the markings shall
identify proper solvents and/or primers (where necessary)
to be applied at the time of application, all equipment
necessary for proper application, and reccmemndations for
application that will assure the materials shall be
suitable for use for one (1) year after the date of
receipt.
C. Classification
The markings shall be general purpose high durability
retroflective pliant polymer film without liner backing
for preformed longitudinal and transverse markings.
Words and symbols are required to have linear backing for
proper shipping and handling.
V-50
r
the
D. Requirements
1. Composition: The retroreflective pliant polymer
pavement marking film shall consist of a mixture of
high quality polymeric materials, pigments and glass
beads distributed throughout its base cross sectional
area, with a reflective layer of beads bonded to the top
surface.
2. Reflectance: The white and yellow films shall have
the following initial minimum reflectance values at
two -tenths (0.2) degrees and five -tenths (0.5) degrees
observation angles respectively and eighty six and zero
tenths (86.0) degrees entrance
angle as measured in accordance with the testing
procedure of Federal Test Method Standard 370. The
photometric quantity to be measured shall be specific
luminance (SL), and
shall be expressed as millicandelas per square foot
per foot candle. The metric equivalent shall be
expressed as millicandelas per square meter per lux.
The test distance shall be fifty feet (501) (15m) and
sample size shall be a 2.0 x 2.5 feet rectangle
(0.61 x 0.7m).
The angular aperture of both the photoreceptor and
light projector shall be six (6) minutes of arc. The
reference center shall be the geometric center of
the sample, and the reference axis shall be taken
perpendicular to the test sample.
Observation White Yellow
Angle 0.2 0.5 0.2 0.5
SL 550 380 410 250
3. Acid Resistance: The beads shall show resistance to
corrosion of their surface after exposure to a 1%
solution (by weight) of sulfuric acid. The 1% acid
solution shall be made by adding 5.7 cc of
concentrated acid into 1000 cc of distilled water.
CAUTION: always add the concentrated acid into the
water, not the reverse. The test shall. be performed
as follows:
V-51
Take a 1" x 2" sample, adhere it to the bottom of a
glass tray and place just enough acid solution to
completely immerse the sample. Cover the tray with
a piece of glass to prevent evaporation and allow
the sample to be exposed for 24 hours under these
conditions. Then decant the acid solution (do not
rinse, touch, or otherwise disturb the bead
surfaces) and dry the sample while adhered to the
glass tray in a 150 degree F (66 degree C) oven for
approximately 15 minutes. Microscopic examination
(20X) shall show no more than 15t of the beads
havinga formation of a very distinct opaque white
(corroded) layer on their entire surface.
4.- Reflectively Retention: To`have a good, effective
performance life, the glass beads must be strongly
bonded and not be easily removed by traffic wear.
The following test shall be employed to measure
reflectively retention:
Taber Abraser Simulation Test
Using a Taber Abraser with an H-18 wheel and
a 125 gram load, the sample shall be
inspected at 200 cycles, under a microscope,
to observe the extent and type of bead
failure.
No more than 150 of the beads shall be lost
due to popout and the predominate mode of the
failure shall be "wear down" of the beads.
5. Skid Resistance: The surface of the retroreflective
pliant polymer film shall provide an initial minimum
skid resistance value of 45 BPN when tested
according to ASTM E303.
6. Tensile Strength and Elongation: The film shall have
a minimum tensile strength of 150 pounds per square
inch of cross-section when tested according to ASTM
D 638, except that a sample 6" x 111 shall be
tested at a temperature between 70 degreesF and 80
degrees F using a jaw speed of 10 to 12 inches per
minute. The sample shall have a minimum elongation
of 75t at break when tested by this method.
7. Thickness: The film without adhesive shall have a
minimum thickness of 0.06".
V-52
Pow
i
8. Effective Performance Life: The film, when applied
according to the recommendations of the
�..
manufacturer, shall provide a neat, durable marking
that will not flow or distort due to temperature if
the pavement surface remains stable. Although
reflectivity is reduced by wear, the pliant polymer
r"
shall provide a cushioned, resilient substrate that
;:.
reduces bead crushing and loss. The film shall be
weather resistant and, through normal traffic wear,
�-
shall show no fading, lifting, shrinkage,
f
significant tearing, roll back, or other signs of
poor adhesion, which will significantly impair the
r,
intended usage of the marking for a period of one
„
year after installation.
E. Installation:
1. Newly Paved Asphalt Concrete Surface: These markings
shall be applied when directed by the Engineer after
application of emulsion.
2. Newly Paved Portland Concrete Surface: These
markings shall be applied before the road surface is
open to public traffic. The surface shall be cleaned
and blasted, and primers, as recommended by the
manufacturer, shall be used.
3. Existing Road Surface: When markings are applied to
existing road surfaces, application shall be made in
accordance with the manufacturer's recommendation.
General Note: The City of Lubbock Traffic Engineering
Department shall be contacted when surface temperature is
below 590F to determine whether primer shall be used
for proper installation of preformed markings.
F. Method of Measurement: Linear pavement markings will be
measured in linear feet, complete -in -place for the width
specified.
Word and symbol pavement markings will be measured in
units of each.
G. Basis of Payment: Retroreflective preformed pavement
markings will be paid for at the contract unit price,
which price shall be full compensation for cleaning and
preparing the pavement surface for furnishing and placing
all materials and for all materials, labor, tools,
equipment and incidentals necessary to complete the work.
Payment will be made under:
V-53
Payment Item - Pay Unit
Preformed Pavement Marking, linear (width) Linear Foot
Preformed Pavement Marking, words/symbols Each
V-54
r
l SPECIAL CONDITIONS
1. CHANGES IN THE WORK
The Local Public Agency may increase the quantity of the work
in the Contract by supplementary projects, not included in
the Contract, without invalidating the Contract, and without
relieving or releasing the Contractor from any of his
obligations under the Contract or any guarantee given by him
pursuant to the Contract provisions, and without affecting
the validity of the guaranty bonds, and without relieving or
releasing the surety or sureties of said bonds. All such
work shall be executed under the terms of the original
Contract unless it is expressly provided otherwise.
If applicable unit prices are contained in the agreement
(established as a result of either a.unit price bid or a
Supplement Schedule of Unit Prices) the Local Public Agency
may order the Contractor to proceed with desired additions to
the work as a result of supplementary projects, the value of
such changes to be determined by the measured quantities
involved and the applicable unit prices specified in the
Contract; provided that in case of a unit price contract the
net value of all additions does not increase or decrease the
original total amount shown in the Agreement by more than
twenty-five (2501) .
Except for the purpose of affording protection against any
r., emergency endangering health, life, limb or property, the
i Contractor shall make no change in the materials used or in
the specified manner or construction and/or installing the
improvements or supply additional labor, services or
materials beyond that actually required for the execution of
the Contract, unless in pursuance of a written order from the
Local Public Agency authorizing the Contractor to proceed
�- with the change. No claim for an adjustment of the contract
4 price will be valid unless so ordered.
2. SUPERINTENDENCE
The Superintendent and/or his assistants will not be allowed
to serve two functions simultaneously, such as operating
machinery and acting as Superintendent at the same time. The
Superintendent must be free of individual responsibilities to
enable him to give the entire project his conrt:ant attention
to facilitate the progress thereof.
SC-1
7
3. TIME AND ORDER FOR COMPLETION'
No work will be allowed from November 1st through January 2nd
unless approved by the Engineer.
The construction covered by the contract documents shall be
fully completed within one hundred and fifty (150) working
days from the date specified in the Notice to Proceed issued
by the City of Lubbock to the successful bidder.
4. MAINTENANCE OF DETOURS
The Contractor shall do such work as may be necessary to
maintain detours and facilities for safe public travel.
There shall be maintained in passable condition such
temporary roads and structures as may be necessary to
accommodatepublictravel. Temporary approaches and
crossings of intersecting highways shall be provided and
maintained in a safe and passable condition by the Contractor
at his entire expense.
5''. PUBLIC SAFETY AND CONVENIENCE
The safety of the public and the convenience of traffic shall
be regarded as of prime importance. It shall be the entire
responsibility of the Contractor to provide for ingress and
egress to private property. Ingress and egress to private
property shall be provided as specified in the plans or as
directed by the Engineer.
The Contractor shall plan and execute his operations in a
manner that will cause the minimum interference with traffic.
The Contractor shall secure the Engineer's approval of his
proposed plan of operation, sequence of work and methods of
providing for the safe passage of traffic before it is placed
into operation. If at any time during construction the
approved plan does not accomplish the intended purpose, due
to weather or other conditions affecting the safe handling of
traffic, the Contractor shall immediately make necessary
changes therein to correct the unsatisfactory conditions.
At night or otherwise, all equipment not in use shall be
stored in such manner and at such locations as not to
interfere with the safe passage of traffic. The Contractor
shall provide and maintain flaggers at such points and for
such periods of time as may be required to provide for the
safety and convenience of public travel and Contractor's
SC-2
MIR
rpersonnel, and as directed by the Engineer. Flaggers shall
be English speaking, courteous, well informed, physically and
mentally able to effectively perform their duties in
safeguarding and directing traffic and protecting the work,
and shall be neatly attired and groomed at all times when on
duty. When directing, flaggers shall use standard attire,
flags and signals and follow the flagging procedures set
F forth in the Texas Manual on Uniform Traffic Control Devices
for Streets and Highways.
r
6. BARRICADES AND DANGER WARNING AND DETOUR SIGNS AND
TRAFFIC HANDLING
The Contractor shall have the sole responsibility for
providing, installing, moving, replacing, maintaining,
cleaning and removing upon completion of work, all
barricades, warning signs, barriers, cones, lights, signals
and other such type devices for handling traffic control as
,., indicated in the plans or as directed by the Engineer. All
i barricades, warning signs, barriers, cones, lights, signals
and other such type devices shall conform to details shown on
the plans and as directed by the Texas Manual on Uniform
Traffic Control Devices.
The Contractor may provide special signs not covered by plans
r to protect the traveling public against special conditions or
hazards, provided however, that such signs are first approved
by the Engineer.
Upon completion of the work, all barricades, warning signs,
barriers, cones, lights, signals and other such type devices
and evidence thereof shall be removed by the Contractor.
Advance signs and barricades shall be in place when
construction operations are in progress. Obstructions or
hazards at the workplace shall be clearly marked and
delineated at all times.
All holes, trenches or other hazardous areas shall be
adequately protected by barricades, lights or other
protective devices. Trenches shall be covered or protected,
with orange plastic construction fence as directed by the
Engineer.
If pedestrian walkways are blocked, refer to TMUTCD, Figure
6B-6.1.
SC-3
7. PROSECUTION OF WORK
Not more than four (4) calendar days shall elapse between the
time subgrade preparation is begun and the time of spreading
and compaction of the base.
At no time during the period of construction shall driveways
and/or alleys be left impassable between the night hours of
6:00 p.m. to 6:00 a.m., except during the construction of the
curb and gutter for which the driveways and/or alleys shall
remain closed not more than seven (7) days including four (4)
days for curing.
The Contractor is responsible for communications with
adjacent property owners during construction that may limit
or deny access to their properties.
8. WATER
Water for this project will be furnished by the City of
Lubbock at fire hydrants designated by the Contractor for
which there will be no charge. The Contractor will be
furnished loading racks by the City Director of Water
Utilities. The loading rack will be equipped with a valve
which will be pad -locked at all times except when the
Contractor's truck is loading. The valve on the loading rack
shall be used by the Contractor and at no time will the
Contractor use the fire hydrant valve. The padlock on the
rack valve shall be furnished by the Contractor. The
Contractor shall not use any fire hydrants for water loading
unless there is an authorized rack on the fire hydrant. The
Contractor will not be allowed to use water from authorized
loading racks except on City approved projects. Water, which
is supplied by the City, is intended for use in compacting
subgrade and base and maintaining dust control. It is not
the intention of the City to furnish water for use in mixing
concrete.
9. RESTRICTIONS AND REQUIREMENTS FOR CONSTRUCTION
A. The Contractor will need special permission to be
permitted to work on weekends or legal holidays and shall
do no work on any contract item before daylight or later
than one hour after sundown, except as directed and
approved by the Engineer. No work will be allowed between
November 1 and January 2, unless approved by the Engineer.
B. A 1:2 dilute emulsion treatment with MS-1 or SS-1
emulsified asphalt at a rate of .10 gallon per square
SC-4
..
x yard will be applied to the A.C. surface within ten (10)
days of the placement of the A.C. surface.
C. Temperature Requirements (The temperature readings
to be used will be as reported by the National Weather
Service on an hourly report (Telephone Number 762-01411).
(A) HMAC - November 1 until April 1
1. The asphaltic mixture shall not be placed
when the air temperature is below 550F.
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 50OF and
rising.
(B) HMAC - April 1 till November 1
1. The asphaltic mixture shall not be placed
when the air temperature is below 500F.
and falling.
2. The asphaltic mixture may be placed when
the air temperature is above 450F. and
rising.
(C) Asphalt Stabilized Base
1. The asphaltic mixture shall not be placed
when the air temperature is below 450 F and
falling.
2. The asphaltic mixture may be placed when the
air temperature is above 400 F and rising.
The engineer may use his discretion to require
a cover over the asphaltic mixture when being
hauled from the plant to the job site.
D. Unless otherwise approved by the engineer, the minimum
temperature of asphalt materials immediately after
placement by the laydown machine will be 3000 F for
asphaltic concrete surface and 2750 F for asphalt
stabilized base.
E. Standby rollers shall be located at the job site for
immediate use if needed.
F. Proof rolling will be required on subgrade, caliche base,
black base, embankment or surface. After rain showers if
SC-5
deemed necessary by the Engineer each item that was
approved will be re -rolled. The proof rolling will be
performed using a self-propelled 25 ton pneumatic roller
with certified weight certificate.
G. Preliminary approval, by the Engineer, of aggregate at the
pit and crusher location shall be required, prior to
delivery to the 'plant. Final approval of the stockpile
material, at the hot mix plant or concrete plant, or
stockpile locations will be required by the Engineer,
after which no additional aggregate will be added to the
approved stockpile prior to entering the mixing plant.
H. During the period of construction the Contractor will not
use private driveways for turning or parking his
equipment. Any damage to sidewalks, driveways, slabs or
curb and gutter will be replaced at the Contractor's
expense.
I. Before any portion of any street is closed to traffic the
Contractor will be required to have sufficient equipment
on the site to start the construction, and at no time
will any section of the closed area be left three (3) days
without some type of work being performed. If there is a
shortage of equipment to work on all areas of the closed
section then the Contractor will be required to provide
additional equipment.
It is the intent of these requirements to construct the
improvements listed in this contract with the least
inconvenience to the property owners and the traveling
public. In the event damage occurs to pavement in the
area of a fire hydrant, which was caused by the
Contractor's employees negligence to shut off the valve on
the loading rack, it will be the Contractor's
responsibility and expense to repair the paving and
replace curb and gutter if required by the Engineer.
10. REMOVING OBSTRUCTIONS
The Contractor shall familiarize himself with the existing
obstructions including sidewalks, trees, poles, etc., prior
to construction.. It shall be the Contractor's responsibility
to remove these obstructions at the direction of the Engineer
except that the utility companies will move their equipment
at no cost to the Contractor. The Contractor will receive no
compensation for delay caused by the Utility Companies in
relocating or removing their equipment.
SC-6
F
r..
L.
11. TEST OF MATERIALS
These requirements apply to this contract and all
construction work on all streets and alleys including new
subdivisions, streets and alley use permits.
The Contractor will bear the cost of all material tests on
hot mix design and concrete design. The City will bear the
cost on tests during construction such as density on caliche
base, gradation on concrete and paving aggregates and density
and asphalt extraction test on hot -mix and black base.
(A) Caliche Base Materials
Before materials can be used on any street,
current (not older than 30 days) test reports
will be submitted to the Engineer for approval
and test reports will be required every 30 days
before this material can be used continuously on
City streets. During the construction period,
tests that fail will require re -testing by the
City lab at the contractor's expense.
(B) Concrete Mix Design (IV-2-E) and
Preconstruction Test (IV-2-D)
The Contractor or concrete supplier will submit
a mix design on the crushed stone and gravel
approximately (20) days before beginning the
concrete operation for approval by the Engineer.
Contractors or Concrete Suppliers that supply
concrete for any contract, new -subdivision,
street or alley use permits will be required
to submit to the City Engineer a concrete mix
design every thirty (30) to forty-five (45)
days for approval. Any contractor or concrete
supplier that does not have a current mix design
on file with the City Engineer will not be per -
permitted to furnish concrete for any project within
the City of Lubbock until mix design is received.
The City of Lubbock Testing Laboratory will make
test cylinders during the construction period.
when test cylinders fail to meet the required
strength at the 7 or 28 day break, the concrete in
question will be cored by the City of Lubbock
Testing Laboratory within three days after the 7 or 28
day break. If the core samples fail to meet the required
strength, the concrete will be -rejected and removed. The
SC-7
7
cost of coring on concrete that fails on the core test
will be charged to the Contractor or Concrete
Supplier. After the mix design is submitted and
approved by the Engineer, no changes in the design
or materials will be permitted without approval of
the Engineer.
(C) Cement
Certified mill test on each car or transport.
(D) Asphalt
Certified Lab Test.
(E) Density Test
The City of Lubbock Testing Laboratory will
provide density tests on the base or subgrade.
The City of Lubbock Lab will be the final authority on
all tests.
12. SUBCONTRACTORS
The Contractor shall not award any work'to any subcontractor
without prior written approval of the Owner, which approval
will not be given until the Contractor submits to the Owner a
written statement concerning the proposed award to the
subcontractor, which statement shall contain such information
as the Owner may require.
The Contractor shall be as fully responsible to the Owner for
the acts and omissions of his subcontractors, and of persons
either directly or indirectly employed by them, as he is for
the acts and omissions of persons directly employed by him.
The Contractor shall cause appropriate provisions to be
inserted in all subcontracts relative to the work to bind
subcontractors to the Contractor by the terms of the General
Conditions and other contract documents insofar as applicable
to the work of subcontractors and to give the Contractor the
same power as regard terminating any subcontract that the
Owner may exercise over the Contractor under any provision of
the contract documents.
Nothing contained in this contract shall create any
contractual relation between any subcontractor and the Owner
and said subcontractor will look exclusively to contractor
for any payments due subcontractor.
SC-8
r
6
13. UNDERGROUND UTILITIES
The Contractor's attention is directed to the fact that
pipelines and other underground installations as may be shown
on the plans have been taken from the best available
information. There may be other pipelines or installations.
r' The Contractor shall save harmless the City from any and all
suits or claims resulting from damage by his operations to
any pipeline or underground installation.
It is the Contractor's responsibility, during the period of
street construction, to insure that all utility cuts in the
limits of street construction have been properly backfilled,
compacted and the top 6" inches backfilled with 3-sack
concrete. It is not the intent to require the Contractor to
provide for the utility cut repair but.for the individual
utility company making the cut to provide their own repairs.
In the case of a City underground installation, the
Contractor may be required, at the Engineer's option, to
repair the cut with 3-sack cement stabilized caliche at the
unit price bid.
l 14. WORKING HOURS
Construction work under this contract requiring an inspector
will not be performed on weekends or holidays unless the
following conditions exist:
(A) The project being constructed is essential to
the City of Lubbock's ability to provide the
necessary services to it's citizens.
(B) Delays in construction are due to factors
outside the control of the Contractor. The
Contractor is approaching the penalty provi-
sions of the contract and Contractor can
show he has made a diligent effort to
complete the contract within allotted time.
Before construction work requiring an inspector is to be
performed on weekends or holidays, the Contractor must notify
the Owner's Representative not less than three (3) full
working days prior to the weekend or holiday he desires to do
work and obtain written permission from the Owner's
Representative to do such work. The final decision on
whether to allow construction work requiring an inspector on
weekends or holidays will be made by the Owner's
Representative.
SC-9
In any event, if a condition should occur or arise at the
site of this project or from the work being done under this
contract which is hazardous or dangerous to property or life,
the Contractor shall immediately commence work regardless of
the day of the week or the time of day, to correct or
alleviate such condition so that it is no longer dangerous to
property or life.
No work will be allowed from November ist through January 2nd
unless approved by the Engineer.
15. PARTIAL PAYMENTS
On or before the tenth day of each month, the Contractor
shall submit to Owner's Representative an application for
partial payment. Owner's Representative shall review said
application for partial payment and the progress of the work
made by the Contractor and if found to be in order shall
prepare a certificate for partial payment showing as .
completely as practical the total value of the work done by
the Contractor up to and including the last day of the
preceding month.
16. CORRECTION OF WORK AFTER FINAL PAYMENT
Neither the final payment nor certificate nor any provision
in this contract shall relieve the Contractor of
responsibility for faulty materials or workmanship, and he
shall remedy defects due thereto and pay for any damage to
other work resulting therefrom, which shall appear within a
period of one (1) year from date of final acceptance of the
project. The Owner or the Owner's Representative shall give
notice of observed defects with reasonable promptness.
17. EXTENSION OF TIME - TIME FOR COMPLETION
The projectcompletion will be based on working days allowed
instead of calendar days allowed.
All places in these documents referring to the number of
calendar days•to complete the project are hereby revised and
termed the number of working days to complete the project.
A working day is defined as a calendar day, not including
Saturdays, Sundays, or designated City of Lubbock holidays,
in which weather or other conditions not under the control of
the Contractor will permit the performance of the principal
unit of work underway for a continuous period of not less
SC-10
P-W
i
than seven (7) hours between 7:00 a.m. and 6:00 p.m. For
every Saturday or designated City of Lubbock holiday on which
!^� the Contractor chooses and has the proper authorization to
work, one day will be charged against the contract working
time when weather conditions will permit seven (7) hours of
� work as delineated above. Work on Sunday will not be
rpermitted except in cases of extreme emergency and then only
with the written permission of the Engineer. If Sunday work
is permitted, working time will be charged on the same basis
as week days.
The Contractor shall complete the work within the number of
r• working days stated in these documents. For the purpose of
C computation, working days will be considered to begin with
the effective date stated in the "Notice to Proceed".
The Engineer will furnish the Contractor a monthly statement
showing number of working days charged during the month,
total number of working days allowed in contract, and the
working days remaining -under contract. The Contractor will
be allowed ten (10) days in which to protest the correctness
of the statement. This protest shall be in writing, and
shall show cause. Not filing a protest within the allowed
ten (10) days for any statement will indicate the
Contractors approval of the time charges as shown on that
time statement and future consideration of that statement
will not be permitted. If the satisfactory completion of the
contract shall require unforseen work or work and materials
in greater amounts than these set forth in the contract, then
additional working days or suspension of time charge will be
allowed the Contractor equal to the time which, in the
opinion of the Engineer, the work as a whole is delayed.
If the Contractor fails to complete the contract in the
working days specified, the stated liquidated damages will be
charged for each working day thereafter.
SC-11
MEASUREMENT AND PAYMENT
GENERAL
The unit price bid on each item, as stated in the proposal, shall include furnishing all labor,
machinery, equipment and materials necessary or incidental to complete the various items
of work in accordance with the plans and specifications of this contract. Cost of work or
materials shown on the plans or called for in the specifications for which no separate
payment is made shall be considered to be subsidiary to and paid under the various pay
items.
BASE BID :
ITEM I - CONCRETE CURB REMOVAL AND DISPOSAL
Measurement shall be made along the face of the curb of the actual length of full depth
curb removal as shown in plans and will be paid at the unit price bid per linear foot. It
shall be the Contractor's sole responsibility to notify the Engineer or City Representative
prior to removal to enable measurements to be made. The unit price sh::ll be full
compensation for all curb removal, loading, hauling, sawcutting, and disposal of all curb
and gutter at a suitable site for waste disposal, manipulations, labor, equipment and
incidentals necessary for the completion of the work as specified.
ITEM 2 - CONCRETE SLAB REMOVAL AND DISPOSAL
This item shall consist of the removal of all concrete valley gutters, fillets, sidewalks,
residential driveways, commercial driveways, drainways and medians. Measurements shall
be made prior to removal and the actual amount removed shall be paid at the unit price bid
per square foot. It shall be the Contractor's sole responsibility to notify the Engineer or
City Representative prior to removal to enable measurements to be made. The unit price
bid per square yard shall be full compensation for all work including labor, materials and
equipment required for concrete removal, loading, hauling and disposal at a suitable site
for waste disposal including all incidentals necessary for completion of the work specified.
ITEM 3 - JOINT SAWING AND SEALING
Measurement shall be made along the actual length of the sawed joints and will be paid at
the unit price bid per linear foot. The unit price bid shall be full compensation for all work
including sawing, cleaning, drying and sealing the joints indicated including all materials,
tools, labor, equipment and incidentals necessary to complete the work as specified.
ITEM 4 - 47' CONCRETE FLATWORK
This item shall consist of all sidewalks, residential drives and curb ramps placed.
Measurement shall be made of the actual area of four inch (4") concrete placed and shall
be paid at the unit price bid per square foot. The unit price bid shall be full compensation
for all work including clearing any and all obstructions, subgrade preparation, backfilling,
furnishing and placing all materials, including finishing and stripping curb ramps, all
reinforcement, and for all manipulations, labor, tools, equipment and incidentals necessary
to complete the work as specified.
ITEM 5 - GRAVEL REMOVAL BEHIND THE CURB AND GUTTER AND
DISPOSAL
This item shall consist of the removal of all gravel surfaces behind the curb and gutter as
necessary to facilitate the installation of four inch (4") concrete curb ramps and/or
associated concrete flatwork. Measurement shall be made of the actual area of full depth
gravel removal and will be paid at the unit price bid per square yard. The unit price bid
shall be full compensation for all work including removal, loading, hauling and disposal of
all material at a site suitable for disposal of waste material including all incidentals
necessary for completion of the work as specified.
ITEM 6 - GRAVEL REPAIR BEHIND THE CURB AND GUTTER
This item shall consist of the installation of all full depth gravel surfaces behind the curb
and gutter. Measurement shall be made of the actual area of the full depth gravel repair
and will be paid at the unit price bid per square yard. The unit price bid shall be full
compensation for all work including subgrade preparation, loading, hauling and placing all
materials, and for all manipulations, labor, tools, equipment and incidentals necessary to
complete the work as specified.
W-2
r+
ITEM 7 - ASPHALTIC PAVEMENT REMOVAL BEHIND THE CURB AND
GUTTER AND DISPOSAL
This item shall consist of the removal of all asphaltic pavement behind the curb and gutter
as necessary to facillitate the installation of four inch (4") concrete curb ramps and/or
associated concrete flatwork. Measurement shall be made of the actual area of full depth
asphaltic pavement removal and will be paid at the unit price bid per square yard. The unit
price bid shall be full compensation for all work including removal, loading, hauling and
disposal of all material at a site suitable for disposal of waste material including all
incidentals necessary to complete the work as specified.
ITEM 8 - ASPHALTIC PAVEMENT REPAIR BEHIND THE CURB AND
GUTTER
This item shall consist of the installation of all full depth asphaltic pavement repair
behind the curb and gutter. Measurement will be made of the actual area of full depth
paving and will be paid at the unit price bid per square yard. The unit price shall be full
compensation for all work including subgrade preparation, backfilling, compacting,
blading, wetting and rolling, loading, hauling, placing all materials and disposal of all
excess materials at a suitable site for dumping waste material, manipulations, labor,
equipment and all incidentals necessary for the completion of the work as specified.
ITEM 9 - BRICK REMOVAL AND REPLACEMENT BEHIND THE CURB AND
GUTTER
This item shall consist of . the removal of all brick behind the curb and gutter as necessary
to facilitate the installation of four inch (4") concrete curb ramps and/or associated
concrete flatwork and the replacement of bricks as required. Measurement shall be made
of the actual area of bricks removed and replaced and will be paid at the unit price bid
per square yard. The unit price shall be full compensation for all work including removal,
loading, hauling, replacement and disposal of excess material at a site suitable for disposal
r of waste material including all incidentals necessary to complete the work as specified.
ITEM 10 - 6" CONCRETE RETAINING WAII
Measurement shall be made of the actual length of the six inch (6") thick wall and shall be
paid at the unit price bid per linear foot of constructed retaining wall. The unit price shall
be full compensation for all work including subgrade preparation, excavation and fill,
backfilling, blading, tamping, wetting, rolling, loading, hauling and disposal of all excess
material at a site suitable for disposal of waste material, removing and disposing of all
obstructions, and furnishing and placing all materials, including reinforcement, and for all
r
b
r W-3
i
manipulations, labor, tools, and equipment and incidentals necessary for the completion of
the work as specified.
ITEM 11- CONCRETE CURB AND GUTTER REMOVAL AND
REPLACEMENT
Measurement shall be made along the face of the actual length of concrete curb and gutter
removed and shall be paid at the unit price bid per linear foot. It shall b;: the Contractor's
sole responsibility to notify the Engineer or City Representative prior to removal to enable
measurements to be made. The unit price shall be full compensation for all curb and gutter
removal, loading, hauling, sawcutting, disposal of all material at a site suitable for disposal
of waste material, manipulations, labor, equipment and incidentals necessary for the
completion of the work as specified.
ITEM 12 - ASPHALTIC PAVEMENT REPAIR IN STREET
This item shall consist of all full depth asphaltic pavement repair in front of the curb and
gutter. Measurements shall be made of the actual area of full depth pavement repair and
shall be paid at the unit price bid per square yard. The unit price bid shall be full
compensation for all work including subgrade preparation, backfilling, compacting,
blading,wetting, rolling, loading, hauling and disposal of all excess material at a site
suitable for disposal of waste material, removing and disposing of all O'structions and for
furnishing and placing portland cement concrete base, 1'/2" Type "D" hot mix asphaltic
concrete with 3% latex and 1% hydrated lime including prime coat and tack coat, a 1:2
dilute emulsion at the rate of 1 0.10 gallons per square yard, including hauling and
delivering, spreading and blading, mixing, sprinkling, compacting, rolling, hauling and
placing all materials and all manipulations, labor, tools, equipment and other incidentals
necessary to complete the work as specified.
ITEM 13 - BRICK PAVEMENT REPAIR IN STREET
This item shall consist of all brick pavement repair in front of the curb and gutter.
Measurements shall be made of the actual area of brick pavement repair, and shall be paid
at the unit price bid per square yard. The unit price bid shall be full compensation for all
work including removal, loading, hauling, placing and disposal of excess material at a site
suitable for waste disposal including all incidentals necessary to complete the work as
specified.
MP-4
ITEM 14 - TRAFFIC CONTROL PLAN
This item shall consist of installing and maintaining all traffic channelization as required.
Payment of this item shall be lump sum as bid and paid proportionally throughout the
expected length of the project as appropriate. The unit price as bid shall be full
compensation for all signalization, including loading, hauling, placing and maintaining all
barricades, cones, signs, pavement markings, delineators lights, flags drums or other
signalization devices as required; including all manipulations, labor, tools, equipment and
other incidentals as necessary to complete the work as necessary.
NT-5
7
SPECIAL COMMONS
M.
NOTICE OF ACCEPTANCE
TO:
The City of Lubbock, having considered the proposals submitted and opened on the day of
199 , for work to be done and materials to be furnished in and for:
as set forth in detail in the Specifications, Plans, and Contract Documents for such work for the City of Lubbock; it appearing that
your proposal is fair, equitable and to the best interest of said City, please take notice that said proposal was accepted by the City
Council of the City of Lubbock on the day of 199 at the bid price contained therein, subject to the
execution of and furnishing of all contract documents, bonds, certificates of insurance, and all other documents specified and
required to be executed and furnished under the contract documents. It will be necessary for you to execute and furnish to the City of
Lubbock all such documents within ten (10) days from your receipt of this Notice.
The five percent (S%) bid security, submitted with your proposal, will be returned upon the execution of such contract
documents and bonds within the above specified ten (10) day period. In the event you should fail to execute and furnish such
contract documents and bonds within the time limit specified, said bid security will be retained by the City of Lubbock.
CITY OF LUBBOCK
Owner's Representative
F